Loading...
3CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: The Honorable Mayor & Members of the City Commission Steven Ale xa nder, City Manager July 14, 2015 Agenda Item No.:3 A re so lution authorizing the City Manager to negotiate and enter into a contract with H & R Paving Inc. for the construction of the Roadway Resurfacing for SW 60 Place and SW 64 Terrace Project The City of South Miami Public Work s Department prepared a Citywide Road Resurfacing Master plan in 2011. Based on the analysis performed by the City, the information provided by this plan was processed by th e Engineering Department Geographic Information System (GIS) specialist, which generated a map that summarizes the locations and conditions of each road within the City limits. The attached map (dated 2014) represents the current status of the original 2011 plan which ha s been updated throughout the years when new projects are completed, to reflect improved conditions citywide. The Engineering Department utilizes this map to determine potential future resurfacing projects, for the ClP Plan. The engineering staff has knowledge and experience in roadway and pavement design and ha s worked previously in evaluating pavement conditions. This experience is being used to reevaluate the conditions identified in the Road Conditions Map and establish the priorities for these improvements, based on current conditions. The Eng i neering and Construction Division has received complaint s and recommendations from the City Commission requesting the improvements of these roads . These roads have been included within the CIP budget for FY 15 and FY 16. The project involves performing road re surfacing work on selected streets within the City of South Miami. Th is includes, but is not limited to, the furnishing of all labor, mate rial, tool s, equipment, machinery, disposal of all materials, maintenance of traffic, milling, clearing and grubbing, asphalt placement, and striping and services necessary for the completion of the construction of the project. Locations: 1. On SW 60th Place, between the 4121 property and 4317 property. 2. On SW 64th Terrace, from SW 61st Court, west to the end of the cul-de-sac. The City received thr ee bid s in respon se to a so licitation. Pursuant to review, it was determined that H & R Paving Inc . is the most responsive and responsible bidder for this proposal. Below are the proposals received : H & R Paving Inc . M & M Asphalt Maintenance, Inc. Metro Expr ess Inc. $70,890.40 $76,834.44 $82,105.00 Sout~iami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TH E CITY O F PLEASANT LI V ING AMOUNT: ACCOUNT: AnACHMENTS: A contingency amount of $10,633.56 will be included over the proposal amount to address for unknown factors that may arise during the work. The total amount of the contract, including the contingency, will be $81,523 .96 Amount not to exceed $81,523.96 The expenditure shall be charged $50,000.00 to the People's Transportation Plan account number 124 -1730 -541 -6490, which has a balance of $1,545,388 .16 and charged $31,523.96 to the Local Option Gas Trust account number 112 -1730 -541 -6 210 which has a balance of $274,305.00 before this request was made. Resolution H & R Paving Inc. Bid Scope of Work Contract Pre -Bid Sign-In Sheet Bid Opening Report Propo sa l Summary Demand Star Results Sun Biz, H & R Paving Inc. RFP Advertisement I 2 3 4 5 6 7 8 9 \0 II 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 RESOLUTION NO.: _____ _ A Resolution authorizing the City Manager to negotiate and enter into a contract with H & R Paving Inc. for the construction of the Road Resurfacing on SW 60 th Place and SW 64 Terrace Project WHEREAS, the Mayor and City Commission wish to provide road resurfacing on SW 60th Place and on SW 64 Terrace, and WHEREAS, pursuant to a competitive selection process in accordance with the City Charter, it was determined that H & R Paving Inc. submitted a bid in the amount of $70,890.40 that was the most comprehensive and cost effective in its construction approach; and WHEREAS, the City desires to provide a contingency of $10,633.56 over the bid amount for unknown factors that may arise during the work; and WHEREAS, the total expenditure, including the contingency amount, is not to exceed $81,523.96; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter into a contract with H & R Paving Inc. for the construction of the Roadway Resurfacing for SW 60 Place and SW 64 Terrace for a total amount not to exceed $70,890.40. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Manager is authorized to negotiate the terms and conditions and to execute a contract with H & R Paving Inc. for the construction of the Roadway Resurfacing for SW 60 Place and SW 64 Terrace for an amount not to exceed $70,890.40, and he is authorized to expend up to $10,633.56 for unforeseen conditions. A copy of the bid is attached. Section 2: The expenditure shall be charged $50,000.00 to the People's Transportation Plan account number 124-1730-541-6490, which has a balance of $1,545,388.16 and charged $31,523.96 to the Local Option Gas Trust account number 112-1730-541-6210 which has a balance of $274,305.00, before this request was made. Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ___ day of ______ , 2015. ATIEST: CITY CLERK READ AND APPROVED AS TO FORM LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATIORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard Vice Mayor Harris Commissioner Welsh Commissioner Liebman Commissioner Edmond South Miami Road Surface Conditions 2014 Legend City Roads Condition -Poor Fair -Good ••• County Roads ••• state Roads City of South Miami -Locations being addressed FY 2015 '" Prepared by the City of South Miami I Public Works Department Table of Contents DEMOGRAPHiCS ........................................................... .4 BIKE FRIENDLY CITY ....................................................... 4 PUBLIC SAFETY ............................................................... 5 FUNDAMENTALS OF ROAD STRUCTURE ....................... ? ROADWAY DETERIORATION ........................................ 9 PREVIOUS RESURFACING ACTIVIITES ........................... 15 FUNDING ..................................................................... 18 CONCLUSION .............................................................. 19 APPENDIX Map of South Mi ami Road Condition s 20 II Map of South Mi ami Road Res urfacin g 2005 FINAL EDITION Prepar ed By: Keith A. Ng, CFM Project Manage r and Operations Manager Public Works D epartment C apital Improvements Program Grizel Martinez, E.I . Sp eCi al Projects Coordinator Engin eering & Construction Div isi on Public Works D epartment 011 Citywide Road Resurfacing Master Plan INTRODUCTI ON The City of South Miami, approximately 3 miles south of the City of Miami, encompasses 2.S-square miles within Miami-Dade County. It borders the University of Miami's main campus and the cities of Coral G a bles and Pinecrest. U.S . Highw ay I (South Dixie Highway) carries tens of thousands of vehicles through the city on a daily basis . South Miami, incorporated in 1927, is one of the County's oldest municipalities with a permanent residential, tri-ethnic population of approximately 11,862 as of 12/16120 I O. The "town center" area east of US I is a vibrant shopping, dining and entertainment venue with a hometown ambiance. Two major hospitals within the city provide employment and services to people throughout the county and beyond. Although Native Americans had doubtlessly roamed the area for centuries, the recorded history of South Miami began at the turn of the century when the rich farmlands of South Dade lured pioneers down through Little Hunting Ground (later known as Coconut Grove) to Big Hunting Ground (now known as Cutler). City Map of South Miami r I '. DEMOGRAPHICS The City of South Miami is home to more than ten thousand people and is a destination for work, play and shopping for thousands of more people across the Greater Miami area. Total Area: 2.30 square miles Population: 10,741 people (2000 census) 11,355 (2003 estimated population) Median age for residents: 37.4 years (this is older than average age in the U.S .) Families (non-single residences): 60.3% of the population BIKE FRIENDLY CITY The improvement of the road quality would greatly enhance and promote a cycling friendly city. Pot holes, sink holes, deformations due to patches and large cracks decrease ride quality and may pose as a hazard to bike riders. Smooth roads, leading to an increased ride quality encourage bicyclist within the City of South Miami to bike throughout the City. Bike SoMi is a grass roots initiative by the citizen s of the City of South Miami to help make it a bike friendly community. A city that is truly bicycle-friendly is safer and healthier for everyone - for people who walk, run, bicycle, drive cars or just simply spend time in the public spaces. Improvements to road conditions support the City and residenti a l initiatives for a bicycle friendly community. Page 4 '. PUBLIC SAFETY The City of South Miami Police Department ensures the safety of people and property in the community. The Police Station is located centrally, adjacent to City Hall at 6130 Sunset Drive. The rank structure includes the Chief of Police, 2 Majors, 4 Lieutenants, 4 Sergeants and 37 officers and detectives. The Communications Supervisor oversees the Communications Unit supervising 5 communications officers. That supervisor is the Crime Analyst for the agency. The Operations Section oversees the Patrol Unit which is the basic backbone of the Police Department. The response times, visibility and professionalism of that unit are second to none in the South Florida area. The commitment to traffic enforcement is evident with over 15,000 citations issued in the most current year. This agency has also risen as a leader in DUI enforcement in the area. Fire Rescue Services in the City of South Miami are provided by Miami-Dade County. Station 14 in South Miami is located at 5860 S.W. 70th Street. Units on site are Rescue, Engine and Battalion 8. Free blood pressure screenings are available at all Miami-Dade Fire Rescue stations. If there is no answer when you ring the station doorbell, the crew is likely out on a call. The Police and Fire Department utilize the city's road infrastructure on a consistent basis. Increasing ride quality and road conditions may prove to be most valuable for rescue vehicles transporting individuals to emergency centers. Page 5 '. ROAD RESURFACING MASTER PLAN (R2MP) There are a number of reasons for having a well maintained road system. The City needs a reliable transportation system in order to support economic growth and to ensure that it can move people safely. A reliable road system will also provide the necessary level of mobility so County residents can conveniently access business, shopping, recreational activities and public services. The City of South Miami's Public Works Department is responsible for repair and maintenance of the right of way within City boundaries, which includes City-owned roads. Road maintenance is performed to the extent possible within the annual operating budget and Capital Improvement Program (CIP). Each year a proposed budget and CIP is presented to the City Manager, Budget Committee, and Commission for review and approval prior to the implementation of the plan . The resulting budget is then used to cover the expenses for all road and sidewalk work. FOOT Aid helps subsidize road maintenance expenses. The R2MP report describes and prioritizes which roadways are needed to be improved or constructed to better support growth . In support of the study objectives; • Maintenance -in order to provide for the continued use of existing roadways, continued maintenance would be provided. • Improvements to current roads -based on the results of the road condition analysis, those roadways that currently have high utilization and substantial surface deterioration would be improved to a higher surface type . This would include improving asphalt pavement surface types that may include reconstruction, milling and resurfaCing. A long term paving and sidewalk plan will be developed to provide a gUide and priority listing of improvements. The objective of the plan is to provide sufficient maintenance and/or reconstruction activities based on visual inspections. pavement conditions, and priorities. Ideally all roads should be resurfaced at least every IS years based on deterioration characteristics. However, given budgetary limitations, priorities are established based on actual pavement conditions. Sidewalk priorities are established on surface conditions, proximity to schools, and classification of the adjacent road. 2011 Citywide Road Resurfacing Master Pia FUNDAMENTALS OF ROAD STRUCTURE If a road is properly designed and built, it will remain in good condition for many years with only m inimal maintenance. The job of a road is to carry the loads under all weather conditions for a specified design life . This is achieved by: • Stabilizing (i.e ., strengthen ing) the ex isting subgrade and providing stable base and subbase layers above the subgrade • Providing adequate water drainage, because water can weaken soils and asph alt pavements • Constructing a pavement structure that is : o Thick enough to structurally carry all expected traffic loads for a period of time; o Properly compacted to develop its full strength and prevent water penetration into the pavement and its base; o Surfaced with a wearing course that resists wear, deformation, weather, and remains skid r e sistant. Pavements are made up of several layers of different materials (Figure I). The in-place soils, called the subgrade, serve as the foundation that supports the road. When a roadway is constructe d on an embankm e nt, the imported fill materials (embankment) become the subgrade. After removal of topsoil and other organic materials , the subgrade may be stabilized by compaction alone, or by compaction after mixing in asphalt emulsion, foamed asphalt, portland cement, lime, or other proprietary stabilizing materials. On top of the subgrade, a base layer is usually constructed from good quality gravel or crusher run aggregates. When heavy traffic is e x pected, the base layer is usually hot mix asphalt (HMA). I< ! Road secUon Figure I: Typical Pavement Cross Section In some cases, because of very poor subgrade soils, construction of a subbase layer may be necessary to serve as a construction platform to prevent the intrusion of fines into the base, improve drainage, or reduce damage from frost action. The subgrade or embankment fill actually bears the traffic loads. The upper pavement layers support the wheel loads and distribute them across a wider area of the subgrade (Figure 2). Figure 2: Spread of wheel load pressure through the pavement structure Figure 3 shows how th e pavement and subgrade are deformed under a heavy loa d. The deformation (which is greatly exaggerated in the figure) causes compressive stresses in the top layers of the pavement and tensile stresses in the bottom. If the deflection is large enough and occurs enough times, the tension stress can cause a fatigue crack at the bottom of the layer. Additional loads cause this crack to migrate upward until it reaches the surface. Surface water can then penetrate through the crack into the base and weaken it . This causes larger deflections in the adjacent pavement and more cracks until pavement failure (alligator cracking) occurs. If the pavement is thick enough andlor the subgrade and base are strong enough, deflections a nd stresses are reduced, and load-related cracking may not occur for many years resulting in a long pavement life . Load , W Pave men t Not Drawn to Scale Figure 3 Pavement Deflection Under Loads Roadway Deterioration In addition to heavy wheel heavy loads imposed by trucks, there are many factors that can lead to pavement deterioration, such as water retained in the pavement structure, stresses induced by temperature changes, environmental factors, loss of subgrade support, or inadequate maintenance. Some symptoms of deterioration are visible surface deterioration, cracking, spalling, and multiple patches, all of which are described in further description below. Surface Deterioration Surface Deterioration is caused by the disintegration and loss of the surface. Poor construction materials such as poor aggregate, cement, or additives are contributing factors in surface deterioration over time. Poor construction methods such as poor placement, curing, finishing, or cutting are factors as well. Traffic and vehicular imposed damage to the asphalt such as by tire rims, chains, and metal or chemical reactants are external causes of surface deterioration. The severity of surface deterioration may be measured in terms of: • Moderate -Some coarse aggregate has been exposed and the wearing surface has disintegrated up to a depth of a 1/2" • Severe -Most coarse aggregate has been exposed and some has been removed. The wearing surface has disintegrated to a depth of 1/2" or greater. Deterioration of asphalt may result in the development of depreSSions that are sometimes referred to as "Birdbaths" or shoulder drop-offs . It may be caused by irregular movement of shoulder material or a drop off in the elevation between the roadway and the shoulder. Asphalt shoulder distress may be caused by pumping of water under the shoulder, off-tracking of heavy trucks or environmental deterioration over time . The "pumping" of pavement is a process where the action of a heavy wheel load across a slab will cause the expulsion of water and fine base material in suspension underneath the pavement slabs to escape through the pavement joints at the edge of pavement. Three conditions that exist for pumping to occur include the presence of free water, erodible base material and heavy wheel loads. 2011 Citywide Road Resurfacing Master Plan Page 9 Cracking The severity of cracking is of great concern because it is a measure of the degree of distress and it assists in directing the rehabilitation strategy. The severity of transverse, longitudinal, and corner cracking may range from light (visible cracks less than 1/8" wide) to severe (cracks greater than 1/2" wide, andlor loss of aggregate interlock, intrusion of water and debris, faulting, andlor spalling). Spalling Spalling is the cracking and disintegration at the slab edges. Spalling may be caused by the intrusion of incompressible material, which restricts slab expansion and contraction . Incompressible materials are usually rocks and sand. Spalling also occurs at cracks due to irregular shape of the cracks and poor load transfer. The severity of spalling may be measured from light (spalled areas that are less than 1.5" wide) to severe (spalled areas that are greater than 3" Wide). Page 10 Patches Patching is primarily due to maintenance forces to correct or improve a section of pavement that has deteriorated and may provide a solution that can perform as well as the existing material. Bird baths or any water that saturates the asphalt for extended periods of time slowly deteriorates the surface asphalt. resulting is pot holes or ir regular grading. The severity of patching may be measured in terms of: • Fair -The patch is providing marginal performance and is expected to serve its function for a few years. • Poor -The patch has deteriorated to the extent that it no longer serves its function and should be replaced as soon as possible. 011 Citywide Road Resurfacing Master Plan EVALUATION AND PRIORITIZING OF ROAD CONDITIONS The R2MP is based on field evaluations of pavement conditions The goal of the Objective Rating process is to produce index values that represent pavement conditions based on distresses observed in the field . The condition index values are a function of distress type, distress severity, and distress quantity present in the pavement surface. The index values have been established to range from zero to ten. Larger index values indicate better pavement conditions. For example, a new pavement with no distress is assigned an index value of ten. The following table illustrates the numerical ratings and descriptions of pavement condition corresponding to the numerical ratings. Standard Road Condition Rating Table Category Condition Very Good Good Fair Poor Very Poor Failed Source: Rating Definition Index 8-10 Stable, no cracking, no patching and no deformation. Excellent riding qualities Stable, minor cracking. generally hairline and hard to detect. Minor 5.5-8 patching and possibly some minor deformation evident. Dry or light colored appearance . Rutting less than 1/2". Generally stable, minor areas of structural weakness evident. 4.5-5.5 Cracking is easier to detect, patched but not excessively. Deformation more pronounced and easily noticed. Ride qualities are good to acceptab le. Areas of instability, marked evidence of structural deficiency. large 2.5-4 .5 crack patterns (alligatoring), heavy and numerous patches, deformation very noticeable. Riding qualities range from acceptable to poor. Pavement in extreme ly deteriorated condition. Numerous areas of 1-2 .5 instability. Majority of section showing structural deficiency. Ride quality is poor. 0-1 Pavement structure failed . All of section showing severe structural deficiency . Road Resurfacing Pamphlet by Public Works Agency-Transportation Deportment, Ventura CA Page 12 The City's modified Rating Index is as follows: City of South Miami Category Condition Rating Definition Index Good 5 Very little if any surface deteriorations, no cracks observed. Fairly Good 4 Minor surface deteriorations with little or no cracks observed Some minor cracking. generally hairlin e and hard to Fa ir 3 detect . Minor patching and possibly some minor deform ation evi dent . Fairly Poor 2 Alligato r cracks, patches or potholes , some unraveling, rutting with some deformation Significant amo unt of pothol es. larg e or significant Poor I amount of all igator cracks, deformation and patchwork s. Very poor ride quality . Mon itoring pavement life cycles indicates that the cost of pav ement rehabilitation for every one mile of road in very poor condition is roughly th e same as the cost for renovation/rehabilitation of four miles of road in fair or better condition. Simply stated. it is more cost effective to rehabilitate/repair a road before the rating index drops too far below an index of 3.0. Page 13 RESULTS OF THE CITY'S ROAD SURFACE ASSESSMENT A Citywide Road Surface Assessment was performed in 20 II . The Rating Index was employed to rate and prioritize the existing roadway throughout the City. The Road Surface Assessment can be summarized in the following percentages: • 49%, or 19 miles of the roads are in good condition. • 24% or 9.2 3 miles of the roads are in poor condition. • 21 % or 8 miles of roads are in fair condition. • 4% or 1.5 miles of roads are in fairly poor condition . • 2% or 0.6 miles of roads are in fairly good condition 2 Fairly 4 Fairly Length in Miles Based on the assessment, it is the City'S intent to commence with road resurfacing activities to roads with an index of 3 or less, i.e. roads that are in poor or in fairly poor condition will have the highest priority for road resurfacing. Another consideration is to give preference to roads with high population densities i.e. business districts, downtown and apartment complex neighborhood shall receive a higher priority for resurfacing considerations. Areas for road resurfacing consideration are as follows: • Cocoplum Terrace Neighborhood; • Mango Terrace specifically SW 76'" Terrace between 67'" and 69'" Avenues and SW 68" Avenue between 76'" Terrace and Sunset Drive; • Pinecrest Villas Neighborhood along SW 79'" Street, SW 63 ,d Av e nue; SW 59 '" Court; SW 59 '" Place including SW 62nd Avenue (US I to 80th Street) The project will continue northward in addressing roads located in residential areas as funds become available. As sketch map of existing road conditions is included with this document. Page 14 FREQUENCY OF ROAD RESURFACING There are over 40 miles within the City's Maintained Road System. Each year, over the past 10 years, approximately 1/2 mile of roads has been resurfaced by way of drainage, streetscape, roadway improvements and utility installations, to name a few. It is anticipated in the future that only two miles of roads will be resurfaced per year depending on the level of future funding provided by federal and state revenue sources. PREVIOUS RESURFACING ACTIVIITES The City initiated a Citywide Road Resurfacing program in 2005. Emphasis was made to resurface areas in the downtown, business, condos and apartment complexes. Projects limits to the area were SW 56'" Street to the north, SW 57'" Avenue to the east, SW 89'" Street to the south and SW 69'" Avenue to the west. Approximately 85% of the area were resurfaced including Manor Lane neighborhood, the North end Section (Bird Road, SW 62"" Court, SW 44'" Street and SW 64'" Avenue), Snapper Creek Neighborhood (SW 80'" Street, Snapper Creek Drive, Red Road and SW 60 '" Avenue) and SW 58'" Avenue between SW 74'" Street and SW 77'" Terrace just to name a few . SUMMARY RESEARCH An extensive research on City records as it relates to road resurfacing revealed the following: • The City of South Miami does not have a Citywide Road Resurfacing Plan to systematically maintain, repair or reconstruct the City's road system. • Little information was available for any resurfacing work from 1996 or earlier. • For an extended period of time, Public Works had a rolling list to document resident complaints of pot holes on the road. Roads were repaired, repaired or resurfaced according to the time the complaint was reported to the department. • Records showed that road resurfacing activities complemented improvement projects that include: o Road improvements o Drainage Improvements o Water Main upgrades o Sewer System upgrades o T raffle Calming o Forcemain Upgrades and Improvements o Streetscape Projects • Historical information obtained from interviews with former City Project Managers, contractors and design consultants that provided services for the City. 2011 Citywide Road Resurfacing Master Plan Page 15 TIMELINES • 1997 -The earliest major road resurfacing activity was Sunset Drive Downtown Road, Drainage and Streetscape improvement project. Design and conceptual plans were drawn in 1998 and construction began in 1999 as funds became available. The project was completed around 2002. • 2002 -Northend Drainage Improvements. SW 63,d Street from 90'" Street to 44'" Street and SW 62 Ct (44 St to 44 ST), 44 St (62 Ct to 64 Ave), intersection of 42 TR & 64 Ave. Work was completed on 2003. • 2002 -Citywide Drainage Improvements Phase I. (5900 and 6000 blocks of Twin Lakes Drive) work was completed on 2003. • 2003 -Snapper Creek Drainage Project (SW 84th Street to SW 87th Street and from Red Road to SW 62nd Avenue) began in 2003 and was completed in 2004. • 2003 -A WASA Forcemain upgrade on SW 62nd Avenue between SW 84th Street and SW 78th Street begon in 2003 and was completed in 2004. • 2003 -Traffic Calming in Cocoplum Terrace Neighborhood (Approximately from SW 64th Street to Sunset Drive and from 62nd Avenue to SW 63rd Court) began in 2003 and was completed in 2004 . • 2003 -Road and Drainage Improvements by OeD (SW 64th Street to SW 58th Terrace and (rom SW 58th Place to SW 62nd Avenue) were completed in 2004. • 2003 -Sunset Drive Phases I, II, III and IV (from US to SW 67th Avenue) was completed around 20 I O. • 2004 -Snapper Creek Drainage Improvements Phase II (87'" Street from 58'" to 59 '" Avenues, SW 58 ,h Avenue from 85'" to 87,h streets). Work was completed on 2005. • 2004 -Citywide Drainage Improvements. 4800 block of SW 64'" Street, 49'" Street from 67'" Avenue to 64'" Place, 49'" Terrace from 67'" Avenue to 65'" Avenue , 64'" Court from 48'" Street to 49 '" Street, and 65'" Avenue from 49'" Street to 50'" Street. Completed in 2005. • 2004 -Water Main upgrades Phase I (Red Road to SW 62nd Avenue and (rom SW 76th Street to SW 80th Street) was completed in 2005. • 2004 -Water Main upgrades Phase /I (SW 67th Avenue to SW 69th Avenue and (rom Sunset Drive to SW 66th Street) was completed in 2005. • 2005 -Snapper Creek Traffic Calming (SW 80th Street to SW 84th Street and Red Road to SW 62nd Avenue) was completed in 2008. • 2005 -Downtown Drainage Improvements Phase IV. SW 58'" Avenue from 72,d Street to US I and SW 71 " Street from 58'" Avenue to US I. • 2006 -Citywide Drainage Improvements Phase III. SW 62,d Terrace, SW 62,d Avenue and SW 63 ,d Street from 62,d Avenue to 60'" Avenue. SW 76 '" Terrace at cul-de-sac of SW 58'" Avenue. Completed in 2007. • 2006 -Snapper Creek Roadway and Drainage Improvements Phase iliA. SW 85'" Street from 58'" Avenue to 60 '" Street. Completed in 2007. • 2006 -Snapper Creek Roadway and Drainage Improvements Phase IllS. SW 84'" Street from 58'" Avenue to SW 62,d Avenue, Completed in 2007. • 2006 -Drainage Improvements Phase III. SW 62,d Terrace from 62 ,d Avenue to 60'" Avenue, SW 63,d Street from 62,d Avenue to 60'" Avenue, SW 63,d Terrace from 62"" Avenue to 60'" Avenue, SW 76'" Terrace from Page 16 '. 58'" Avenue to cul-de-sac, north ROW at 5851 SW 83,d Street. Completed in 2007. • 2007 -Citywide Drainage Improvements. SW 85'" Street from 58'" Avenue to SW 620d Avenue . Completed in 2008. • 2007 -Sunset Area Improvements (Sunset Drive to SW 74th Street and Red Road to SW 59th Court) was completed in 2008. • 2008 -Manor Lane Traffic Calming (SW 67th Avenue to SW 62nd Avenue and SW 80th Street to Sunset Drive). Completed in 2009. • 2008 -Citywide Drainage Improvements Phase IV. SW 58'" Avenue 74,h Street to 80tyh Street, SW 74 Terrace from 57'" Avenue to 58'" Avenue. Completed in 2009. • 2008 -Citywide Drainage Improvements Phase V. SW 85'" Street from 60'" Avenue to 620d Avenue, SW 64 '" Avenue north of 58'" Terrace (250 Feet). Completed in 2009. • 20 I 0 -SW 62 '" Avenue Rood and Drainage Improvements (rom SW 64"' Street to SW 70"' Street. Completed in 20 II. • SW 57"' Avenue Drainage Improvements (rom SW 76"' Street to SW 80"' Street. • 20 I I -Citywide Road Resurfacing Project. Completed. SW 41 st Street from SW 65th Avenue to residence home of 6446 SW 41 st Street; SW 65th Avenue from SW 61 st Terrace to SW 64th Street; SW 68th Street from SW 64th Place to SW 65th Avenue. Completed in September 20 II. • 20 II -SW64th Court Drainage Improvements. SW 64'" Court from Manor Lane to 7510 SW 64'" Court. Completed in August 20 I I. • 20 I I -SW 66'" Street Improvements. From SW 59'" Place to SW 61 " Court. Completed in January 2012. Note: Italic Projeas were (unded and performed by Miami-Dade County. FINDINGS AND CONCLUSIONS • The majority of documented road resurfacing work was conducted from 2003-2008. The earliest work was initiated in 1998. • The average age is approximately 9-10 years. • Poor drainage or chronic flooding may be the cause for accelerating road deterioration. • A stronger asphalt quality mix will improve the longevity of the road surface. Future projects shall require Superpave or S-III asphalt to be use during resurfacing activities. • Placement of Asphalt must be performed at optimal climate conditions, i.e. hot days with no rain. • Other factors to consider prior to resurfacing activities are to examine the local characteristics of area such as flooding, drainage, swale areas, etc. 2011 Citywide Road Resurfacing Master Pia Page 17 FUNDING This is an ongoing project. There are currently 31 municipalities that are eligible to receive surtax funding with 30 participating in the program. The municipalities incorporated at the time of voter approval of the PTP receive 20% of surtax revenue. This amounts to approximately $35,000,000 annually and is distributed to each city based on population. Cities must spend a minimum of 20% on transit projects and no more than 80% on public works improvements. Funding expended of $174.3 million represents audited amounts and budgeted amounts for transportation expenses through FY 2009-2010. Transportation projects include a broad range of projects such as road widening, road resurfaCing, intersection improvements, roadway drainage improvements, ADA compliant sidewalks and curbs, pedestrian signals, traffic circles and traffic calming devices. The amount budgeted by the municipalities for eligible transportation projects in FY 2010-2011 is $26.0 million. It should be noted that many of these projects are multi-year and that a number of municipalities have multi-year debt obligations to complete capital projects. The Trust and the municipalities are about ready to commence a new cycle of Interlocal Agreements. It may occur in 20 II if there is a resolution of the new municipality issue or it may be deferred until 2012 which is the end of the five year cycle (Source: Miami-Dade County 5-year PTP Implementation Plan) 011 Citywide Road Resurfacing Master Plan Page 18 CONCLUSION It is the City's intent to utilize funds approved in the 2012 Fiscal Year budget in the amount not to exceed $165,000. At this time, the City selected a vendor to begin this work pursuant to Commission approval. Upon approval by the Commission, the City's Public Works Department will schedule and coordinate with the vendor to begin work during the first or second quarter of the fiscal year. Sources: • City of South Miami Website • Rigid Pavement Design Manual-Published by Florida Department of Transportation • Road Resurfacing Pamphlet by Public Works Agency-Transportation Department, Ventura CA Asphalt Paving Principles • Cornell Local Roads Program 2011 Citywide Road Resurfacing Master Pia Page 19 APPENDIX .~" I .... ~"L - ~"". .. , ... ," .. , "" ''''', .. ow."" .... " City of South Miami ROADS' CONDITIONS N W~E S o 0.1 0.2 r---l----.J Miles City ofSoutb Miami: ROADS RESURFACING e -------- City Boundary D City Zones -Resurfacing • Work In Progress (as of Aug . 2005) • Resurfaced Roads (as of Aug. 2005) 'Location Sketch .. .: , CITY OF SOUTH MIAMI Roadway Resurfacing 60th Place and 64 til Terrace RFP #PW20IS-11 SUBMITTAL DUE DATE: June 30,2015 at 10 AM Solicitation Cover Letter TIle City of South Miami, Florida (hereinafter referred to as "CSM'') through its chief executive officer (Ctty Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bid') to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise speciflcalty defined. The City is hereby requesting sealed proposals in response to this RFP f:lPW20 I 5-11 "Roadway Resurfacing 60th Place and 64th Terrace." The purpose of this Solicitation is to contract for the services necessary for the completion ofthe project in accordance with the Scope of Ser--ices, (Exhibit I, Attachment A & Attachment B), or the plans and/or specifications, if any, described in this Solicitation (hereinafter referred to as. "the Project" or "Project', Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package at the .City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. or by accessing the following webpage: http://www.southmiamifl.govl which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Tenns and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The Proposal Package shall consist of one (I) original unbound proposal, three ( 3 ) additional copies and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shan be delivered to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Dr"e, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information dearly print~ or written on the exterior of the envelope or container in which the sealed proposal is delivered: "Roadway Resurfacing 60tt. Place and 64th Terrace" RFP # PW20IS~11 and the name of the Respondent (person or entity responding to the Solicitation. Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Prop~sals must be received by Office ofthe City Clerk. either by-mail or hand delivery, no later than 10 A.M. local time on June 30, 20 I S. Hand delivery must be made during normal business days and hours of the office of City Clerk A public opening will take place at 10 A.M. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10 A.M. loca! time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hall in the Commission Chambers located at 6130 Sunset Drive, South Miami, FI 33143 on June 22, 2015 at 10:00 A.M. The conference shall be held regardless of weather conditions.. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained in this Solicitation Package. The City reserves the right to award the Project to the person with the lowest, most responSive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price or, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent .. Maria M. Menendez, CMC C~y Clerk, C~y of South Miami , SCOPE OF SERVICES and SCHEDULE OF VALUES Roadway Resurfacing 60'" Place and 64'" Terrace RFP #PW20 15·1 I The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I END OF SECTION 2 · _ c· SCHEDULE OF EVENTS RQadway Resurfacing 60" Place and 64'" Terrace RFP ItPW20IS-11 No Event I AdvertisementJ Distribution of Solicitation & Cone of Silence begins 2 i"joD-Mandatory: Pre-RFP Meeting 3 Deadline to Submit Questions 4 Deadline to City Responses to Questions 5 Deadline to Submit RFP Response 6 Projected Announcement of selected Contractor/Cone of Silence ends END OF SECTION Page 3 of 78 Thomas F. PEpe 02-13-J S 3 Date" 611 0/20 15 6/22/2015 612412015 6126/2015 6/30120 (5 7/7/2015 Time" (EST) /1:00AM 10:00 AM 10:00 AM 10:00 AM (0:00AM 7:00 PM INSTRUCTIONS for RESPONDENT Roadway Resurfacing 60th Place and 64d1 Terrace RFP #PW20 15-1 I IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm shall clearly indicate. as applicable. all areas in which the services proposed do not fully comply with the requirements of this Solicitation. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact, The awarded firm shall appoint a person to act as a primary contact with the City of South Miami. This person or back-up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable of the terms of the contract. S. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any tenns and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. The Contract Doruments have been listed below in order of precedence, with the one havng the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence shall apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Addenda to Solicitation b) Attachments/Exhibits to c) Solicitation d) Attachment/Exhibits to Supplementary Conditions e) Supplementary Conditions to Contract, if any f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract, n any i) Respondent's Proposal 6. Response Withdrawal. After Proposals are opened. corrections or modifications to Proposals are not permitted, but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error 'Was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm's Proposal; and d) The firm submits an explanation in writing. signed under penalty of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a 4 -... - conflict between the Cover Letter and these instructions, or any other prOVision of this Solicitation, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the Solicitation. 8. Any questions conceming the Solicitation or any required need for clarification must be made in writing. by lOAM June 24, 20 I 5 to the attention of Steven P. Kulick at skulick@)southmiamitl.govorvia facsimile at (30S) 663·6346. 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Solicitation Package (also known as "Solicitation Specifications" or "Solk:itation'') by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. 10. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required date and time as set forth in the publiC notice. II. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Miami~Dade County Ordinance Nos. 98106 and 99~ I. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff. All written communication must comply with the requirements of the Cone of Silence, The Cone of Silence does not apply to verbal communications at pre- proposal conferences. verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly notice public meeting, contract negotiations with the staff folloWing the City Manager's written recommendation for the award of the contract, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Manager and City Clerk. In addition, you are required to comply with the City Manager's Administrative Order AO I ~ 15. If a copy is not attached, please request a copy from the City's Prorurement Division. WITH REGARD TO THE COUNTY'S CONE OF SILENCE EXCEPTION FOR WRITTEN COMMUNICATION, PLEASE BE ADVISED THAT, NOTWITHSTANDING THE MIAMI- DADE COUNTY EXCEPTION FOR WRITTEN COMMUNICATION THE COUNTY'S RULES PROHIBITING VERBAL COMMUNICATION DURING AN ESTABLISHED CONE OF SILENCE SHALL, WITH REGARD TO THIS SOLICITATION, ALSO APPLY TO ALL WRITTEN COMMUNICATION UNLESS PROVIDED OTHERWISE BELOW. THEREFORE, WHERE THE CITY OF SOUTH MAIMI CONE OF SILENCE PROHIBITS COMMUNICATION, SUCH PROHIBITION SHALL APPLY TO BOTH VERBAL AND WRITTEN COMMUNICATION. Notwithstanding the foregoing, the Cone of Silence shall not apply to ... (I) Duly noticed site visits to determine the competency of bidders regarding a particular bid during the time period between the opening of bids and the time that the City Manager makes his or her written recommendationj (2) Any emergency procurement of goods or services pursuant to the Miami~Dade County Administrative Order 3-2; (3) Communications regarding a particular solicitation between any person and the procurement agent or contracting officer responsible for administering the procurement process for such solicitation, provided the communication is limrted strictly to matters of process or procedure already contained in the corresponding solicitation document; and (4) Communications regarding a particular solicitation between the procurement agent or contracting officerJ or their designated secretariall clerical staff responsible for administering the procurement process for such solicitation and a member of the selection committee therefor, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document." 12. Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidabJe, and, in such event, said Respondent or proposer shall not be considered for any Solicitation including but not limited to one that requests any of the follOWing a proposal, qualifIcations, a letter of interest or a bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining add itional or clarifying information. 5 13. Lobbying. All firms and their agents who intend to submit, or who submitted, bids or responses for this Solicitation, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 14. Reservation of Right. The City anticipates awarding one contract for services as a result of this Solicitation and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the Solicitation documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f} to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily spedflc to the Solicitation. It is therefore anticipated that the City may modify these documents to Ht the specific project or work in question and the Respondent, by making a Proposal, agrees to such modifications and to be bound by such modified documents. h) to cancel. in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest, most responSive, responsible Proposal, as determined by the City. j) to award the Project,. and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. I S. Contingent Fees Prohibited. The proposing firm, by submitting a proposal, warrants that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub~consultant, working in its employ, any fee, commission, percentage, gITt or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate of the Respondent who has been placed on the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services, or a contract for construction or repair of a public building, may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a CONTRACTOR, sub~contractor, supplier, -5ub~consultant. or consultant under a contract with the City of South Miami, and may not transact business with the City of South Miami for a period of 36 months from the date of being placed on the convicted vendor list. i? Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and correction. Proposals shall be signed using blue ink; all quotations shall be typewritten, or printed with blue ink. All spaces shall be filled in with the requested infonnation or the phrase "not applicable" or "NA". The proposal shall be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as part of its Proposal, the follOWing documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier's check), if reqUired, attached to the Proposal Form. 6 e) f) 18. Goods: a) b) c) d) e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent Certmc:ate of Insurance and/or Letter of Insurability. If goods are to be provided pursuant to this Solicitation the following applies: Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and/or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed as equals. Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(,) and the extended price(,). the unit price(,) ,hall prevail and the extended price(,) shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent's risk, and errors shall not release the Respondent from his/her or rts responsibility as noted herein. Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled wrth the Respondent'S name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their delivery, it shall be the responsibility of the successful Respondent to notify the City at once, indkating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion ofthe City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Fonn. Incomplete, unresponsive, irresponsible, vague. or ambiguous responses to the Solicitation shall be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections reqUired by this Solicitation and as required by law. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami·Dade County Code or Crty of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project. 20. Respondent shall comply with the City's insurance requirements as set forth in the attached EXHIBIT 2, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City's bonding, if required for this project, and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of 7 '~ .. -~ contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 22. Exerution of Contract: A response to this Solicitation shall not be responsive unless the Respondent signs the form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's signature on the Bid Form and/or the form of contract that is a part of the Solicitation package and/or response to this Solicitation, grants to the City the authority, on the Respondent'S behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and, at the City's sole and absolute discretion, the City may treat the Respondent's signature on any of those documents, as the Respondent's signature on the contract, after the appropriate information has been inserted, as well as for any and all purposes. including the enforcement of all of the terms and conditions of the contract. 23. Eyaluation of Proposals: The City. at its sale discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida. or comparable private entities, will be taken into consideration in the Award of the Contract. 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to provide any services to a public entity, may not submit Solicitation on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 26_ Contingent Fees Prohibrted: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or ~ther consideration contingent upon or resulting from the award or making of a contract with the City. 27. Hold Harmless: All Respondents shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal shall act as an agreement by the Respondent that the ProposaVBid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if reqUired for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 28. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award or termination of the contract. 29. Bonding Requirements: The Respondent, when submitting the Proposal, shall indude a Proposal/Bid Bond, IT required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security. 30. Perlormance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, eam in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be prOViding a source of funding for the Work, as the obligee, as security for the faithful performance of the Contract. and for the payment of all 8 persons or entities performing labor, services and/or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. 30.1. Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Dorurnents. 30.2. Each Performance Bond shall continue in effect for five year after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 30.3. Each Payment bond shall guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 30.4. Each Bond shall be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance requirements of this solicitation. 30.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CrTY with evidence of such recording. 30.6. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, cUlTent revisions. 31. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this Solicitation package, the successful Respondent, within ten (10) calendar days of Notice of Award by the City, shall deliver, to the City, the executed Contract and other Contract Doruments that provide for the Respondent's Signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Doruments within the specified time shall, at the City's option, forfeit the ProposaVBid Bond/SeOJrity that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract DOQJrnents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a loca! bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 32. Pre.proposal Conference $jte Visits: If a Mandatory Pre·proposal conference is scheduled for this project, all Respondents shall attend the conference and tour a.1I areas referenced in the Solicitation Documents. It shall be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre·proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation res.ult of failure to make the necessary examinations or investigations, or failure to complete any part of the Solicitation Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, follOWing receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided before the proposal is submitted, the contract price shall include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal, the Respondent shall have frve calendar days to notify the City of any additional costs required by such conditions and the City shall have the right to reject the proposal and award the contract to the second most responsive, responsible bidder with the lowest price or to reject all bids. 33. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders shall be allowed for delays caused by the City, other than for extensions of time to complete the Work. 34. Submittal Requirements: All Proposals sha.ll comply with the reqUirements set forth herein and shall indude a fully =mpleted Bid Form found on EXHIBIT 3 which i, a part of thi' Solicitation Package. 35. Cancellation of Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the perfonnance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. 9 37. All respondents, at the time of bid opening. must have fulfilled all prior obligations and commitments to the City in order to have their bid considered, including all financial obligations. Prior to the acceptance of any bkl proposal or quotation, the Citls Finance Department shall certify that there are no outstanding fines, monies, fees. taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors"). A bid, proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default is cured to the satisfaction of the City Manager. 38. Bid Prote,t Procedure. See attached EXHIBIT 9. 39. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as N/A. END OF SECTION 10 Proposal Submittal Checklist Form Roadway Resurfacing 60th Place and 64th Terrace RFP If.PW20 I 5-11 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional doruments may be required and, if so. they will be identified in an addendum to this Solicitation. The response shall indude the following items: Attachments and Other Documents described below Check to be Completed X X X -- X X X X X IF MARKED WITH AN "X": Completed. Indemnrrication and Insurance Documents EXHIBIT 2 Bid Form EXHIBIT 3 Signed Contract Documents (AJI -including General Conditions and Supplementary Cond itions if attached) EXHIBIT 4; 5 & 6 Perlormance and Payment Bonds (As a Condition of Award; Not Required With the SubmittaQ EXHIBIT 7 & 8. 'Performance Bond: Required as a Condition of Award and Prior to the Contractor Receiving a Notice to Proceed. Not Required with Submittal. Respondents Qualmcation Statement List of Proposed Subcontractors and Principal Suppliers Non·Coliusion Affidav~ Public Entity Crimes and Conflicts of Interest Drug Free Workplace x ____ Acknowledgement of Conformance with OSHA Standards X ____ Affidavit Concerning Federal & State Vendor Listings X Related Party Transaction VeriHca.tion Form X Presentation Team Declaration/Affidavit of Representation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION II RESPONDENT QUALIFICATION STATEMENT Roadway Resurfacing 60th Place and 64th Terrace RFP #PW20IS·11 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection, a) b) I. Number of similar projects completed, In the past 5 years In the past 5 years On Schedule In the past 10 years In the past 10 years On Schedule 2. List the last three (3) completed similar projects. f) /J Project Name: "Mt<A fZOA P w-'AJ-"----t'--_0_11_Ii.._F_, _o,_N_h:L __ A-e __ T_ a) b) Owner Name: H rI/-H i -DA-pl!£" Co v...J!Cf- 411 Nw 1 s r: H /'.4 J-1. / I P L '33122 Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Date: Original Contract Price: Completion '30{" ~ 37[""-2fl:30 ct. <'J5~/, A?", P_~ Actual Final Contract Price: f:-{)::r... /( ,.-J ~, 8 30£" 2..1 ~Ntk~ G~v'tE 'S1JeGlET £E5111lF. e;!} t?F i--1;/h'--1i Project Name: Owner Name: '3fl;o f4J A-M(f"~;cAN D~. r-{;/lMi .n 3'31:3 3 Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price 12 , 30C-41fo-1"43 .$ 1'0 % J {)OQ. c) Project Name: Owner Name: Owner Address: \ttvtlLLl,JG, fl2~S'1I{F.4C. fkor. ,f2--1-J-()Of (f C;~F 11 (A-/'"1" $/U=J)(?,.JS At6(oS-f\lw 2-7 AVE Owner Telephone: f1. rA-JA.-r' G~i)GNS FL33o.{"'(. I Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: O Ie P ~ t'k7.., I 41D'1 .• _-rigina ontract rice: _-,,0= ,,-""-=-,.I_'------'--'-'-"L'"-' _____ ----,,_ Actual Final Contract Price: ' ::f?2t / 7 er1. 11 3. Current workload 4. The following information shall be attached to the proposal. (Sf G po f-.LO \III ,'tJ 6 P4~~ a) RESPONDENT's home office organization chart. if ~ 1> e I -=(fc 1\ 3 <:!.-~ A 2. P I b) RESPONDENT's proposed project organizational chart. I c) Resumes of proposed key project personnel, includ ing on-site Superintendent. S. List and describe any: 13 .::... I.N ~ \ I JOBS IN PR()GRESsl l~~:~'I:;f[~g~~~~~~~;6~;.,";;.1~6wNjR ',,', " Pil6NE#I~REil;H;~~~'lstA~'t,;iiti . :.,~, :! ~,iri~hlii '" I' """CONTR-\C/ I il.coit~L~tEI tONTRA6tRi~AiNING , ", ',' '" ,·"',,.,)'ODArt, " '" J:<nOT --E6175 NW 54th Street from E I A v to NW 6 AV FDOT--T6343 NW 103 St from E lOAvto NW 6 AV Miami·Dade County R{)adway Resurfacing Contract 1i2013- 0055 Miami-Dade County Roadway Resurfacing Contract #2013- 0112 Mill.mi-Dade County Roadway Resurfacing Contract 112013- 0164 ITB 112014-06 Resurfacing Conlract Date Printed: 6(17/2015 FDQT FDOT JOAQUIN RABASA JOAQUIN RABASA JOAQUIN RABASA City of Dora! 850-414- 4477 850A}4. 4477 305-299- 9822 305-299- 9822 305-299- 9822 305-593- 6725 FDOT District 6 FDQT Di3trict 6 (MIAMI-DADE COUNTY PUBLIC WORKS) MIAMI-DADE COUNTY (MIAMI-DADE COUNTY PUBLIC WORKS) MIAMI-DADE COUNTY (MlAM'l-DADE COUNTY PUBLlC WORKS) MlAMI-DADE COUNTY City of Doral Public Works May 29, 2015 February 3, 2016 $ 3,505673.00 5% .$ 3,330.389.35 June G, 2015 February II, 2016 $ J ,891 ,030.00 5% ,$ 3.696,478.50 May 11,2015 May 10, 2016 $ 1834915.00 7% $ 1.706.470.95 May 12,2015 May 11, 20[6 ,$ 2,200889.00 8% $ 2,024.8! 7.88 May 13,2015 May 12,2016 $ 1,537693.00 5% .$ J 460,808.35 June 12, 2014 Augu9tll,2015 $ 3,133,007.00 85% $ 469.951.05 Projects 'Started' TOTAL = $ 16,103,207.00 $ 12,688,916.08 Job. In Progre5s Page 1 of 1 H&R Paving Home Office Organizational Chart T I Ernest J Duffoo I I Project Manager I ... L Yudisdel Pino I I Paving Foreman I ~ <.j) Q) \ • I Arnold Carrillo I I Superintendent I I .. I Benito Davila I I Paving Foreman I Date Printed: 7/1012013 I ~ .. Raul Gonzalez --Pr-e-s,--de-n""7t---' ... Abe Rodriguez I General Manager I I .. Philip Johnson QCManager .. Euris Avila Milling Foreman QC Specialist I Jos< E'.: r-:-o---Anjafi.'~ ~l .!:!.!!!:!!E Hernandez Payable Resources Luly Gonzalez Treasurer Page 10(1 H&R Paving Job Site Organizational Chart I Abe Rodriguez r I General Manager I I ... ... ... I Ernest J. Duffoo I I Arnold Carrillo I Philip Johnson I I Project Manager I I Superintendent I QC Manager I I t t t I Yudisbel Pino I I Willie Robinson I Haydel Martinez I Paving Foremanl I Paving Foreman I Milling Foreman QC Specialist Date Printed: 81812014 Page 1 of 1 --13 C, - Ernest J Duffoo, P.E. Address: 6718 Poinciana Court, South Miami, Florida 33143, USA Phone (30S) 781·8780 E·mail: ejd6718@atiantichb.net Education: Bachelor of Science in Civil Engineering, Florida Inlernational University, USA. 1985 Associates Degree, Miami·Dade Community College, Florida, USA. 1981 Professional Registrations: Licensed Professional Engineer PE, State of Florida, USA, # 43923 Certifications I Professional Training: MOT Advanced Training. Experienced in Depanment Of Transportation. Federai Aviation Administration and Private Development Projects. Primavera Scheduling Hard Dollar Estimating Training. Contractors License (Pending). Skills: Project Manager and Estimator, Analytical Problem Solving. Excellent Proficiency in the use of Primavera Project Sune for Scheduling. Proficient in project cost control, resource allocation, manpower analysis, personnel supervision. Responsible for bidding and administering mukimillion dollar projects, including but not limited to, owner negotiations, materials procurement, preparation and computation of prodUction rates for crews, day to day project management and project closeout. Duties also inCluded field supervision when necessary, cost analysis and procurement of work; administration and preparation of contracts for subcontractors along with purchase orders for suppliers. Responsible for DeSign (:..",:::,''':''.,:, ,,0, Wpl! 3S contracts negotiations. Ruent in English and Spanish. Professional Exper,,;,,"'\: 20l0·Present: Independent Consultant to Contractors: Estimating, bidding, scheduling, contract acquisition, materials procurement projects for contractors: Most recent contractors: 2005-2010: Central Florida EqUipment, Miami, Florida, USA: Estimator f Project Manager. Most Recent Projects: • City of Ft. Lauderdale NEiNW S" Street Renovation. $15 Miltion • Miami·Dade Water & Sewer Force Main Replacement. $5 Miltion • Jade Ocean Building Sile work. $2.5 Mimon • City of Coral Springs Public Complex. $2.5 Million • Florida International Building Law School. $3.0 Million Scope of Work: Earthwork operations, underground utilities, site clearing, road and parking lot construction, street restoration, concrete operations. 1988-2005: APAC·Florida aka Superfos I Pan American Construction I P.J. Construction, Miami, Florida: Most Relevant Projects: • Florida Turnpike and lW'I1Z" Street Interchange to Dolphin Mall. $24 Million • Miami·Dade NW 12" Street from NW 107> to 111 Avenue Road Construction. $6.0 Million • Miami·Dade County Asphall Resurfacing Contract. $3.0 Miltion • MacArthur Causeway Reconstruction. $27 Million • Miami International Airport Runway 27 Extension. $9.0 Million 43 D Ernest J Duffoo, P .E. , 'PmlectMl!!1,~g"r Scope of Worle Earthwork, underground utiltties, stte clearing, signalization and lighting work, new bridge construction and widening, road construction, airport taxiway and runway construction, aspha~ and concrete operations. Resided at Construction trailer office performing Office Engineer duties on several projects; responsibilities included review of construction progress, budget analysis and construction engineering administration. 1985-1988: Bristol, Childs & Associates, Coral Gables, Florida: Designer I Project Engineer. Most Relevant Work: • Designer and Supervised Florida Department of Transportation, Miami-Dade Public Works, City of Miami Projects. • Cost Analysis and Malketing for Miami-Dade County. • Cost Variance on all Projects. • Designer for Miami International Airport Incinerator Building. $38 Million. Scope of Work: Design of earthwork, underground utilities, site clearing, signalization and lighting work, road construction, airport taxiway and runway widening, construction inspections, survey work, contract administration, coordination and preparation of technical spec~ications for water, sewer, paving & drainage plans; estimates preparation, rating contractor's performance, resolving field conflict, and preparing final estimates for milling, resurfacing, signalization, drainage, concrete pavement, bridge widening. Also, preparation of letter of interests and technical proposals for customer presentation. 198.1-1984: Rinker Southeastern National, Medley, Florida: CO·OP Student, minor engineering design and drafting; worked on survey crew. References: Upon request. Your solution compan.y 195, NW UO Avenn. Mi.mi, ~'Iomla 33172 (305) 261-3005 Office (305) 592-6079 Fax Abe Rodriguez 7291 S.W. 138 Ct MiaID.~ FL -3 182 (305) 408-0534 PROFESSION},-L EXPERIENCE General iYfanag'2r~ H & R Pa"ing:~ Inc. Duties: Respon.s.ibie for overseeing ?nt1re Operari0DS .:or me company . .\·lanagir.g the ctay-tu dny 0~tiO~ personr.e! am! a<h:-rir.Jstrduon. PRDITS810?';i-AL _~CTPilTTES EDUCATION 'Through H & R Pa':mg-, n::.<1nwofmc ,L":".n:· ;,,');1;;[:.'-.':',;: ':,::.;'."~~"):-.~::' Gr~ter 1vfumi Chamber oiCom.me:-ce. Eng:in~r.ing Cvnmx~c:'~ . .l.ssocimon, Cub?.ll American )rational Fmmdarion High School. Corn! ?""k S""ior High. Mbmi·Dade Count;, FL. graduaterl198]. EJ""';yes included business and gOve=E::: courses. PElL'ONAL PBILOSOPHY i am deepiy comrnineci to the conc~ that COIlSiItld:'ioc. Ic·ad ..... ·:-ri... is asenti..a1 to the i!V~~ incr.:s..sL"fl£ needs of South Floria espec:i!ily_ ;"'Eatni-Dn.de Count::, RefexE;"j)ce.s .avaihbk upon request A3 F a) Bankruptcy petitions filed by or against the Respondent or a9Y Ipredecessor organizations, -"-"OrJrz - b) Any arbitration or civil or criminal proceedings, or ~ NONr2 - Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years .-NO ~ _ 6. Government References: List other Govemment Agencies or Quasi-government Agencies for which you have done business within the past five (5) years. Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Proj ect: 14 H & R PAVING, INC. SOME GOVERNMENT . R,EFERENCES PROJECT AND LOCATION (1) Miami Cemetery millin9fre5urf.-City of, Miami More than 2 million dollars millinglresurf. . (2) projects @ City of Homes:tead Project ITB# 12-13-004 @ (3) City of Miami Gardens Several milling/resurf. Projects for more than (4) $10 million @Miami-DadeCountyPW. "Citywide Resurfacing" (5) Cltv of South Miami RM-6-07/09 Tamiami Airport (6) Miami-Dade Aviatio. .. Dptrr.. (7) More than $800,000 mllllnglresurf. Citywide eltv of Miflmi Springs (8) Maintenance and Repair City Roads citY of Aventura (9) • Asphalt Resurfacing" City of Hollywood (10) FOOT ProjectT6257 $6'461,991.00 SW 8th Sf M1ambQarte GOI'OW (11) More than $1 million in milling/resurfac. Projects in City of Miami Beach (12) Project B30681 $850,000.00 City of Miami Ramon Beryes-' RBergeS@miamigav.com Bill Schlehuber -BSchlehuber@cil.yafhomestead.com Sheny Acler -sadel@cilyofhomestead.com Manga Ebbe-mebbe@miamlgardans-fl.gov Joaquin Rabassa-jra@mlamldade.gov Carlos Palma-cea1ma@miamidade.gov Grizel Martinez GMartinez@southmiamifl.gov Miguel Riera MRiera@miami-airport.com Lazaro Garaboa QFI~boal@miamisprings-fl.gav . Ar.",~~y Tnmei tomelt@cItyoiaventura.com MosheAnuar manuar@hollywoodfl.org Emilio Zamora EZamora@bermelloajamil.com Mike AJvaraz-P.W. Infrastructure Director mikealvarez@miamibeachll.gav Eric Rush erush@miamlgov.com ~;(ttA- LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Roadway Resurfacing 60th Place and 641il Terrace RFP #PW20 IS-II Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Classification ofWorl( Subcontractor Name Address Telephone, Fax & Email Landscape Sodding and Turf Work Electrical Irrigation Paving Park Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Signs Other: bt o'n/ 0""" s/rtPj.;)1 .JJ;.,If>JIr{ ~1/~ /07 t7lf. S; "'" -ItW_ /V!,;"I'tI'/t. Y$? ~~.,~" --, f/0't~.It{.7hif¥i.;jY'j(m This list shalll:f€ provided to the Cit of South Miami tJy the apparent lowest res onsive and responsible Bidder v y p within five (5) business days after Bid Opening. END OF SECTION IS NON COLLUSION AFFIDAVIT STATE OF FLORJDA ) ) COUNTY OF MIAMI-D~ ) I c;::; (.; I t""v U ,t 'Z being first duly sworn, deposes and states that: (I) ge5'/ ,k;..t/ tative or Agent) of the Respondent that has submitted the (2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profrt, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. BY:_~2~ WIT.ness s;e;~;o;JV2::<1#e -;ZsA~d Witness Print Name and Title C?~d'dr-Dat~ 7 ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAM~DE On this the :;J h day of -:<:"1-:''''-'-:-:-:,,-,.,-' 20/ r, before me, the undersigned Notary Public of the State of Florida, personally appeared ame(s) of individual(s) who appeared before 16 notary)_---'-~_____,.~v_,_I,..,_~___c_~_______,_,_j-~,____,z~_,_,__-and whose name within instrument, an h she/they acknowledge tha eltheyexecuted it. WITNESS thy hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: ""~~II~~",, A.BE RODR1GUEZ i~OOO.; :,:';'\ No,~ry PU"bli,C -Slale 01 Florida :'. ~'~'~ M Comm Expires Jan 11.2018 " • ~, ." Y FF OSSOB8 ".,:~, '."' l:.:~ CommIssiOn # ",j,,-;:, :,\~", 17 mp or type as commissioned,) -K Personally known to me, or Personal identification: Type of Identmcation Produced Did take an oath, or X Did Not take an oath. PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submtt a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public entity. and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter I 12, Florida State Statutes. Respondents must disdose with their Proposals. the name of any officer. director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to by __ ~~~v~I'~~~~~~~~J~~~~2~[p_ri_nt_n_a~m~e~cl~~~~~~ ______________ __ [print individual's name and trtle] fur· ____ ~------~----~--------------~-------------------------- whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is entity has no FEIN, include the Sodal Security Number of the individual ---------------.) ~/. (If the signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph 287.133 (1)(&), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery. collusion, racketeering, oonspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime. with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict. non-jury trial. or entry of a plea of gUilty or nolo contendere, 4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The tenn "affiliate" includes those offICers, 18 directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. understand that a "person" as defined in Paragraph 287.133 (I) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity. or which otherwise transacts or applies to transact busines.s with a public entity. The term "person" includes those officers, directors, executlves, partners, shareholders, employees. members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] $ Ne~her the ent~y submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders. employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. ___ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. ___ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners. shareholders. employees, members. or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I. 1989. However. there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the ronvicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER J I OF THE CALENDAR YEAR IN WHICH IT IS fiLED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES fOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. ~ ,I? I [Signature] ......,~-=-_dayof "Me ,20..t.p- OR Produced identification ________ _ (Type of identification) Form PUR 7068 (Rev.06/11192) -_ ........ ..-.._ ............. ..., ""~~~V~~;-'" ABE RODRIGUEZ , 0 (}o'~ }; {~: •• ~ Notary Public· Siale of Florida -. • •• ;] My Comm. Expires Jan 11.2018 .::r Of t\'~'" Commission # FF 066088 fl""" •• ' 19 'fj Notary Public -State of_~_c,t:Z,-,~",,--__ _ My commission expire~,s/""1'='-"L-,..."-,,,,,_ (Printed, typed or stampe name of notary publi DRUG FREE WORKPLACE Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that it has implemented a drug~free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none ofthe tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispenSing, possession, or use of a controlled substance is prohibited in the workplace and specrfying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug.free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (I). 4) In the statement specified in Subsection (I), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. S) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug~free workplace through implementation of this section. As the person authorized to sign the statement, I certify thaq:.his firm complies fully with the above requirements. RESPONDENT~'SSi u~arL~ Print Name: _~ 4~~ z ' Date: ft:? ;; / 20 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SO TH MIAMI We, ~~ "(//~ f;./C--. , (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the ~dway Resurfacing 60'" Place and 64'" Terrace project as spec~ied have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub·contractor's names): to comply with such act or regulation. BY: &v/&~~, iJame /; 1'5/ &)...1/ Title 21 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity. who is responding to the City's solicitation, hereinafter referred to as "Respondent", must certify that the R.espondent's name Does Not appear on the State of Florida, Department of Management Services. "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's name Does appear on one or all the "Listings" summarized below, Respondents must "Check if Applies" next to the applicable "Listing," The "Listings" can be accessed through the following link to the Florida Department of Management Services website: http://www.dms.myflorida.com/business operations/state purchasing/vendor informationlconvicted susp ended discriminatory complaints vendor lists //// QECLARATION UNDER PENALTY OF PERJURY I, f W, ~II'Z (hereinafter referred to as the "Declarant') state, under penalty of perjury, that the following statements are true and correct: .0... I / ...... A /. (I) I represent the Respondent whose name is ( c;J....." {Jey-V71'?... (2) I have t~l~ .. fu~g relationship with the Respondent Owner (if R pondent is a sole proprietor)~ (if Respondent is a corporation) Partner (if Respondent is a partn Ip • General Partner (if Respondent is a Limited Partnership) or Managing Member>(if Respondent is a Limited Liability Company). (3) I have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myflorida.com/business _operations! state """'purchasing/vendor _information/convicted_suspended _ di scriminatory_complaints_ vendor -'ists (4) I have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a listing/category it means that I am attesting to the fact that the Respondent's name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List Federal Excluded Parties List Vendor Complaint List FURTHER DECLARANT SAYETH NOT. tf}"./ / C-oIflA Ie?, BY:"'-??;{!&.C':kti~'"'7L--- (Signarure ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY ~F ~AMI-D¥lE ) On this the~ day of .I iJp e,. , 20K.., before me, the under.dgned a~~!!1:-!;:!:;:~[!I appeared "<J who is personally know to me 0 following identification and who took an oath or affirmed that that foregoing Affidavit as the De~larant. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL ","",,, ABE ROOR1GU'El ~~ .. f\.~ ~IJ~~", P tllie • Stale 01 florida !~. • ('\ Notary u , J n" 2016 -. • .' b;nlr8s a ' ~.. : ,,£ My com m, I' 66086 -:0."'.. ~o~ commissIon # fF 0 ;';::;~R[,~,\~"" 22 (Name of Notary Publi. rint, Stamp or type as commissioned.) a "ELATED ~RTY TRANSACTION VERIFICATION ~Md _ I I~?e-P?A. e--l. ,individually and on beha~ of -----;~Ifo~:':-?;:"-v--,--;C:_: //::-: ..4t-~:::-:;:-"~'.t;fr9--;-;:-.-7.(,.,-~ ("Firm")have Name orRepresemative CompanyNendor/Entity read the City of South Miami ("City')'s Co~ Ethics, Section SA· I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: ~ her I nor the Firm have any conflict of interest (as defined in section SA-I) with regard to the contract or ~s that I, and/or the Firm, am(are) about to perform for, or to transact with. the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm. has any relative(s), as defined in section SA-I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission. i.e .• a board or committee of the City. [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's persona! knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm. nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: _(use (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this fonn is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (I.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their use a separate names: --;-,:-:--.,.,--;-----:---,-----:;-;----;c---;-,---;:---;----- (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.1 (5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our periormance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for oursetves, or others. We agree that we may not disclose or use information. not available to members ofthe general public, for our personal gain or benefrt or for the personal gain or benefit of any other person or business entity. outside of the normal gain or benefrt anticipated through the perlormance of the contract. (6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party 23 before any board, commission or agency of the City within the past two years other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:IPurchasinglVendor RegistrationI12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3J.docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (Le., as a spouse, son, d:lUghter. parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (i0 any city employee; or (iii) any member of any board or agency of the City other than as follows: -, ____ ,---_-,,-_--:-___ -,---, _______ (if necessary. use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Finn or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (Le. spouse, parents, children, brothers and sisters) have also responded, other than the follOWing: ____________ ~----~~~~~----~~--~~~~---------(IT necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [whne the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded. the statement in this section (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) I and the Firm agree that we are obligated to supplement this Verifk:ation Form and inform the City of any change in circumstances that would change our answers to this document, Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami~Dade County Commission on Ethics, Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are ue and /' rrect ~9 the best of my knowledge, information and belief. 24 Sec. SA-I. -Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the ncity of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical oonduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (I) The term hcommission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnelh shall refer to the members of the planning board, the environmental reView and preservation board, the code enforcement board and such other individuals, boards and agencies ofthe city as perform quasi-judicial functions. (4) The term nadvisory personnel" shall refer to the members of those city adViSOry boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (S) The term "departmental personnel" shall refer to the city derk. the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and dty attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the dty. (7) The term Ifcompensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (B) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm. partnership, or other business entity at the time of transacting business with the Clty. (9) The term "immediate family" shall refer to the spouse, parents, rnildren, brothers and sisters of the person involved. (IO) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the proviSion on any goods or services, whichever first OCCllrs. (c) Prohibjtion on transacting business with the city. No person included in the terms defined in paragraphs (b)(I) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forieiture of office or position. Nothing in this subsection shall prohibit or make illegal: (I) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds. anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of prohibition. The requirements of this subsection may be waived for a partiCUlar transaction only by four affirmative votes of the city commission after public hearing upon finding that: (I) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its req uirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions cumulative. This subsection shall be taken to be a.Imulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. 2S (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(I) through (6) .nd in paragraph (b)(9) shall enter into any contract or tr<lnsact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by redtation. Additionally, no person included in the term defined in paragraph (b)(l) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (I) Officer, director, partner, of counsel, consultant, employee, fidudary or beneficiary; or (2) Stockhokler, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)( I) in a manner distinct from the manner in which it would affect the public generally. Any person included in the tenn defined in paragraph (b)( I) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (I )Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan. travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (l)£Xceptions. The provisions of paragraph (e)(l) shan not apply to: a. Political contributions specifiCAlly authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph(3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertisi~ nature. (3) Prohibitions. A person described in paragraphs (b)(I) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)( I) through (6), or for any person included in the terms defined in paragraphs (b)( I) through (6) to accept or agree to accept from another person or entity, any gift for or because of: a. An official public action taken, or to be taken. or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(I); or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disdosure. Any person included in the term defined in paragraphs (b)(I) through (6) shall disclose .ny gift, or series of gifts from anyone person or entity, haVing a value in excess of $25.00. The disclosure shall be made by filing a ropy of the disclosure form required by chapter J 12, Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(I) through (6) be employed by a corporation, firm, partnership or business entity in whim that person or the immediate family does not have a controlling financial interest, and should-the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the dty or a City agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited, No person included in the terms defined in paragraphs (b )(1) through (6) shall corruptly Use or attempt to use an offiaal position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential infonnation. No person included in the terms defined in paragraphs (b)(I) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official pOSition. nor shall that person in fact ever disclose confidential information gamered or gained through an 26 official position with the city, nor shall that person ever use sudl information, directly or indirectly, for personal gain or benefit (i) Conflicting employment prohibited. No person included in the tenns defined in paragraphs (b)(l) through (6) shall acoept other employment which would impair independence of judgment in the performance of any public duties. 0) Prohibition on outside employment. (I) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city. except as may be permitted as follows: a. Generally prohibited. No full~time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be petiormed on city time. b. When permitted. A full~time city employee may accept incidental or occasional outside employment so long as such employment is not contrary. detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain ;a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I ~ II of the Code of Miami~Dade County and, in addrtion shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. , (k) Prohibited investments. No person induded in the terms defined in paragraphs (b)( I) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (I) Certain appearances and payment prohibited. (I) No person included in the terms defined in paragraphs (b)(I), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b )(2), (3) and (4) shall appear before the c~y commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling. decision, opinion, rate schedule, franchise, or other benefIt sought by the third person. Nor shall such person receive any compensation or gift) directly or indirect1y, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (I) through (6) shall participate in any official action directly or indirectly affecting a business in whim that person or any member of the immediate family has a fInancial interest. A financial interest is defIned in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(I) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial 27 interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professjonal services. No person included in the terms defined in paragraphs (b)(I) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a pUblic meeting attended by other city officials, offICers or employees. (p) Continuing application after city service. (I) No person included in the terms defined in paragraphs (b)(I), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(I) through (6)] in connection with any judicial or other proceedin~ application, Solic~ation, RfQ, bid, request for ruling or other determination, contract, claim, controversy, marge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a City department or agency during the two~year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 50 I (c)(3) non~profit entities or educational institutions or entities, and who lobby on behalf of those entities in their offidal capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)( I) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)(l) whose city service or employment ceased within two years prior to the effective date of this ordinance shaH for a period of two years after his or her serVice or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(l) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directlyR where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city offidals. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A.2(p). (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)(I) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that per-soM, may submit to the aty attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord. No. 6-99-/680, § 2, 3-2-99) EdMr's note-Ord. No_ 6-99-1680, § I, adopted 3-2-99, repealed §§ 8A-1 and 8A-2 in their entirety and replaced them with new §§ 8A-1 and SA-2. Former §§ SA-I and SA-2 pertained to declaration of policy and definitions, respectively, and derived from Ord_ No. 634, §§ I (lA-I), I (IA-2) adopted Jan. II, 1969. END OF SECTION 28 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-2206 (c)(9). any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be reqUired to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. J.:) vi ~ Pursuant to '92.525(2), Florida Statutes, the undersigned,/c:,4 , ~kes the following declaration under penalty of perjury; Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated t the persons listed above are the members of the presentation team of in it are true and specificall the entity listed belo;:: Executed thiS/Co day of ...... f-"'-'-____ ~ 20 I r ~/<?4/0~~ Print name of entity being represented 29 EXHIBIT #1 Attachment A SCOPE OF SERVICES Roadway Resurlacing 60th Place and 64th Terrace RFP #PW20 15·11 Scope of Services & Schedule I. General Requirements The work specified in this Request for Proposal (RFP) shall consists of furnishing all goods, materials, supplies and services, including but not limited to all labor of Contractor and all allowable subcontractors, disposal of materials, and cost of machinery, tools, transportation, equipment rental and permits, to perform all of the Work described below and which is necessary to provide a completed project that meets all of the needs described in this Scope of Services. Permit fees are waived for permits required to be issued by the City of South Miami. Permit fees from other government entities, if required, shall be the responsibility of the Respondent/Contractor however, in all cases; it is the responsibility of Respondents/Contractors to secure any and all permits that may be required for this project. II, Site Specifications and Location: Scope of work involves performing road resurfucing work on selected streets within the City of South Miami and shall comply with applicable standards, including but not limited to the FDOT and the Miami. Dade County Public Works standards. Work covered under this contract shall also include and is not limited to maintenance of traffic, milling, clearing and grubbing, asphalt placement, and striping. Scope of work involves performing Yz"milling and I" resurfacing with Type S·III asphaltiC concrete at the locations described below. All striping shall be thermoplastic paint. Temporary paint shall be included within the thermoplastic paint item. If the Iimerock base is impacted within the milling process, the base will need to be reworked and compacted to comply with Miami Dade County Public Works standards and specifications. Off duty Police officers will be required for lane closures. Contractor shall include cost for off duty Police officers within the maintenance of traffic item. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday. 32 • Site Locations: • Location # I : o On SW 60'" Place, between the 4121 property and 4317 property. There are approximately 2,400 SY to be milled and resurfaced. A 24 inch white stop bar marking at each of the stop signs on SW 42" Street, intersecting with SW 60 th Place and 50 linear feet of double yellow 6 inch solid stripe on each side. Contractor shall field verify the area and quantities for this location. • Location #2: o On SW 64'" Terrace, from SW 61" Court, west to the end of the cul-de-sac. There are approximately 1,807 SY to be milled and resurfaced. A 24 inch white stop bar marking at the stop sign intersecting with SW 64'" Terrace and SW 61 Court, a crosswalk, following the existing layout with a 12 inch solid white stripe, and 50 linear feet of double yellow 6 inch solid stripe on SW 61" Court. Contractor shall field verify the area and quantities for this location. Values utilized for the purpose of this RFP are approximate. Contractor is responsible to field verify the areas, as per the limits defined by the sketch for each location. WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT IS TO PROVIDE A LUMP SUM PRICE PER LOCATION, (LOCATIONS #1 & #2); AND A COMBINED TOTAL. RESPONDENTS ARE TO PROVIDE A FEE BREAKDOWN INCLUDING UNIT COST AND QUANTITES FOR EACH TASK INCLUDED IN THE LUMP SUM PRICE; INCLUDING BUT NOT LIMITED TO: MAINTENACE OF TRAFFIC, MILLING ASPHALT, RESURFACING (TYPE S-3 ASPHALT CONCRETE, THERMOPLASTIC PAINT, REWORK OF L1MEROCK BASE. REFER TO EXHIBIT 3 "BID FORM." THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE CONTRACTOR BASED ON THE LUMP SUM AMOUNT SUBMITTED. III. Warranty: If equipment is being provided, the standard manufacturer's warranty information must be prOVided in writing for all equipment being proposed, including installation by an authorized dealer before final payment is made. 33 IV. Project Funding: This project is funded through City Funds. V. Site Location Sketch: A Site Location Sketch depicting project locations is included with the RFP. Refer to Exhibit I, Attachment B. END OF SECTION 34 CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDnrYY'fYJ 6/29/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLiCIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN TlHE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies} must be endorsed. If SUBROGATION IS WArvED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~~AA~~CT David M. Lopez Eastern Insurance Group, Inc. 9570 SW 107 Avenue PHONE • (305) 595-3323 I Ftfc_ No: (305)595-71-35 ~D~~SS' arn~da@ easternins uran,~c:ce,-,c:n~e,-t'---~~~~~~~~-l Suite 104 ~~~~~~IN~~~R".BER(S)AFFOR~O~IN~G~C~O"V~ER~A~G~E ____ ~~~-+~~N~A~IC~'~~ ~M~i~am==i~~ ____ ~~~ __ ~F~L~~3~3~1~7~6 ______ ~~~~ __ ~~~I~"S~U~R~ER~A~B~r,=i~dgefield Employers Insuranc INSURED INSURER. B; H & R Paving, Inc. INSURERC: 1955 NW 110 Avenue INSURER 0: INSURER E: Miami FL 33172 INSURER F; ~ ~~~ 1516 INl ~H~Tc~TED N~-:~~,"r~~N~~G ANY R~g~REMENT. ";i~S;'~ ~~g;-;',6'~~F ~~ 6~S~~6~ 6~EOTHER Dr;,:;:~~TA~","~ ;~;p~~ ~~L~I~~~~I~ CERTIFICATE MAY BE ISSUED O~ ~~,PERTAIN, ~~.~,~~SURANCE A~FLJC:~,~~D BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF ",v':-'r1 POUCIES. LIIVIII.;> SHOIJ\.N MAYnro.VL BEEN REDUCED BY PAID C"iLAffi'M"Sr'~ _____________________ ~ __ ----1 '~ TYPE POLICY NUMBER ~~ LlMI'S GENERAL LIABILITY I $ ~ ::::JCLAlM&MADE D OCCUR ~ I ' I $ ,-r.: EXP (Aoy O~ ",""I I, r----------- r- r,I"N'1 I APPLIES PER: RPOLICY D ~~g: D LOC I OTHER, I LIABILITY r- ANY AUTO r-ALL OWNED I--AUTOS r-HIRED AUTOS UMBRELLA LIAS -EXCESS LIAS IDEO I I SCHEDULED AU,OS NON-ONNEO AUTOS ---1 OCCUR ~~~·~!i'PLOYERS' UABIUTY 0 \NY PROPRIETORIPARTNERlEXECUTIVE IIJ I A I EXClUDED? .. , ~ A I 'NH) I I 830-54534 I, I' I "'"" , , , , , , , , , E L EACH ACCIDENT $ S/23/20l.S 5/23/201.6 E.L DiSEASE. EA I $ --"--' LIMIT $ OF OPERATIONS I LOCATIONS/VEHiCLES (ACORD 101, Additional Remarks Schedule, may be attached If more space 15 reqUIred) Asphalt paving I sidewalks, curbs, asphalt plant Project: Roadway Resurface 60th Place and 64th Terrace, South Miami CERTIFICATE HOLDER CANCELLATION 1. 000.000 1,000,000 1,000,000 SHOULD ANY OF THE ABOVE DESCRIBED POllCI!;S BE CANCELLED BEFORE City of South Miami Attn: steven p- 6130 Sunset South Miami, ACORD 25 (2014101) INS025r?0140n Dr. FL Kulick 33143 THE EXPIRATION DATE Tl-IEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE David Lopez/Al'IA ; ~ -== © 1988·2014 ACORD CORPORATION. All nghts reserved. The ACORD name and logo are registered marks of ACORD H&RPA 2 -OP ID' LR ACORD-CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIODfYYYY) ~ 06/29/2015 THIS CERTIFICATE IS ISSUED MJ A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and condttions of the policy, certain policies may require an endorsement. A statement on this certmcate does not confer rights to the certificate holder in lieu of such endorsement(s}: PRODUCER ~~~tACT Ramon A Rodri~uez BROWN & BROWN OF FLORIDA INC PJ.',g"~o Erl,,305-364-7800 I f.lfc. No', 305-714-4401 14900 NW 79th Court Suite#200 Miami Lakes, FL 33016-5869 E-MAIL ADDRESS: Ramon A Rodriguez INSURER(StAFFORDING COVERAGE , NAlC# INSLJRERA;Wesco Insurance Co. 025011 INSURED H & R Paving, Inc. INSURER B:*Great American Insurance Co* 16691 1955 NW 110th Ave INSURER C :Westches!er Surplus Lines Ins 10172 Miami, FL33172-1911 INSURER 0: - INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER' REVISION NUMBER' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE !~~~; ~ri CTR POLICY NUMBER I POL~'f.!Wn MMIDD ~OLlCYEXP 1 LIMITS A ~ COMMERCIAL GENERAL LIABILITY • 1,000,00 EACH OCCURRENCE , P CLAIMS-MADE [KJ OCCUR WPP109493502 05.10112015 0510112016 DAMAGE TO RlO.l'iTED ! 100,000 PREMISES Ea occ.wrencel ,$ r---i $ 5,000 l-i MED EXP (Anyone person) f-I PERSONAL & ADV INJURY $ 1,000,OOC n'l AGGREGA IT LIMIT APPUES PER: I GENERAL AGGREGATE $ 2,OOO,OOC [KiPRO. D 2,000,000 H POLICY ~I JECT laC PRODUCTS -COMP/OP AGG , j ! OTHER: EmpBen. $ 1,000,000 , AUTOMOBILE LIABILITY ! I~~~~~~~INGLEU~T $ 1,000,00 A 'x-ANY AUTO !WPP109493502 i 05101/2015 05101/2016 BODilY INJURY (per person) , f-ALLOWNED -SCHEDULED BODilY INJJRY (Per accidel"ll) $ ex AUTOS X AUTOS l NON-OWNED 118?~&'~Jinp/>MAGE , r HIRED AUTOS -'-'-AUTOS $ ~ UMBRELLA LIAS MoeeuR ! EACH OCCURRENCE $ 10,000,000 B EXCESS LIAS , CLAIMS-MADE TUU048352G02 05101/2015. 05/0112016 AGGREGATE $ 10,000,000 DED i X I RETENTION $ 10000 I $ WORKERS COMPENSATION I ~ffTUTE I 1 0TH- AND EMPLOYERS' LIABILITY ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE D NIA E.L. EACH ACCIDENT , . OFFICER/MEMBER EXCLUDED? (Mandatory in NH) ! E.L. DISEASE -EA EMPLOYE , ~~rc~:;~i~~ ~~~PERATIONS belOW i E.L.OISfASE POUCYLIMIT , C Pollution I G24275516004 0510112015 05101/20161Limits 1,000,00 DESCRIPTION OF OPERATIONS/ LOCA.TIONS/VEHICLES (ACORD 101, Additional Remarkli Scnlldulll, may b~ atlachsd if more space Is reqLlil9d) Project Name: Roadway Resurface 60th Place & 64th Terrace City; South Miami CERTIFICATE HOLDER CANCELLATION SOUTHMI SHOULD ANY OF THE ABOVE DESCRIBED POLlC!ES BE CANCELLED BEFORE THE EXPIRATtoN DATE THEREOF, NOTICE WILL BE DELlVERED IN CityOfSouth Miami ACCORDANCE WITH THE POLIcY PROVISIONS. Steve P Kulick 6130 Sunset Drive AUTHORIZEDREPRESENTATIVE South Maimi, FL 33143 Brown and Brown of Florlda, Inc. I © 1988·2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD EXHIBIT 2 Insurance & Indemnification Requirements 1.0 I Insurance A Wrthout limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the lITe of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorIzation shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage ariSing out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. 1.02 Finn's Insurance Generall)'. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: 1.03 Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 1.04 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1 ,000,000 combined single limit per ocrurrence and $2,000,000 aggregate, includ ing: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; 1.05 Vrnbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1 ,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements. as filed by the Insurance Services Office) and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage 40 (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 1.06 Business Automobile Uability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per ocourrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without res.trictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership 1.07 SUBCONTRACTS: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in section 5.1 above and 5.4 below and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.08 Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: A. In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attaChments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of aU Subcontractors perfonning Work B. All of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. 1.09 Miscellaneous: A If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. B. All deductibles must be dedared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. 'The policies shaH contain waiver of subrogation against CITY wnere applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as wen as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement. D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance poticy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating GUide, latest edition and authorized to issue insurance in the State of Rodda. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defmed in Article \ of this dOO,lment) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (J) a policy provision or an endorsement with substantially similar provisions as follows: 41 "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' ,or "personal and advertising injury" and it will provide to the Ctty all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage SOl; (2) a policy provision or an endorsement with substantially similar provisions as follows: 'This policy shall not be cancelled (including cancellation for non~payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." E. Ifthe FIRM is providing professional services, such as would be provided by an architect. engineer, attorney, or accountant, to name a few, then in such eYent and in addition to the above requirements, the FIRM shall also provide Professional liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% ofthe limit of liability providing for all sums which the RRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIR.M its agents, representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fauk of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY. its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, induding reasonable attorney's fees, paralegal fees and in't'estigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith. including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and aSSigns, indud ing their attorney's fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or inddent to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such daims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In revieWing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. 42 E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld, F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conftict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and ils agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 43 EXHIBIT 3 Roadway Resurfacing 60th Place and 64th Terrace RFP #PW20 IS-I I CONSTRUCTION BID FORM THIS PR.OPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of South Miami in the form included in this Solicitation Package and to perform and fumish all work as specified or indicated in this Solicitation, including as set forth in Exhibit I (Scope of Services) for the Proposed Price as set forth below. within the Contract Time and in accordance with the other terms and conditions of the Solicitation Package. 2. Respondent accepts all ofthe terms and conditions of the Solicitation and Instructions to Respondents, including without limitation those dealing with the disposition of ProposallBid Bond, if reqUired. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the form of contract that is a part of the Solicitation package with appropriate changes to conform to the information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by this Solicitation, required insurance documents, and other documents required by the Solicitation, including the Contract if not alrE':ady submitted, within ten (10) calendar days after the date of thE': City's Notice of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any (receipt of all whicl~e~ acknowledged.) 0 t /'2-2-~ 'U; ,f J Addendum No. . Dated: ~r;71..5'i:'h. (S b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. Subsurface conditions: If applicable to this Solicitation, the Respondent represents that: i. Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and drawings of physical conditions. ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in this paragraph which pertain to the subsurface or physical oonditions at the site or otherwise may affect the cost, progress, periormance, or the fumishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. ThE': Respondent hereby acknowledges that no additional examinations, investigations, explorations. tests, reports or similar information or data are, or will, be required by Respondent for any reason in connection with the Proposal. The failure of the Respondent to request a pre~bid marking of the construction site by any or all utility companies shalf create an irrefutable presumption that the Respondent's bid, or proposal price, has taken into consideration all possible underground oonditions and Respondent, if awarded the contract, shall not be entitled to a change order for any such condition discovered thereafter. iii. Respondent has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the tenns and conditions of the Contract Documents. 44 /""\ Sou{hfMiami ADDENDUM No. #1 Project Name: Roadway Resurfacing 60'" Place and 64 Terrace RFP NO. PW2015-11 Date: June 22, 2015 Sent: FaxiE-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question #1: I s there a budget for this proJect? Answer to Question #1: The City does not have a line item budget amount in the Adopted Budget for FY 2014 -2015 for this project. The Scope of Services includes two site locations. There is a budget line item amount for Location #1 for $50,000; Location #2 does not have a budget amount. Question #2: What is the per hour rate for City of South Miami Police officers for M.O.T.? Answer to Question #2: The per hour rate is $45.00 for City of South Miami Police officers. Question #3: Will the contractor be responsible for manholes and valve adjustments within the project areas? Page 1 of2 Answer to Question #3: Yes. the contractor is responsible to quantify and adjust all manholes and valves that will need to be adjusted due to the resurfacing within the project areas. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC: SOLICITATION. Page 2 of2 ADDENDUM No. #2 Project Name: Roadway Resurfacing 60'h Place and 64 Terrace RFP NO. PW20IS-11 Date: June 25, 2015 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All reqUirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sale responsibility of the bidder to secure Addendums that may be issued for a specific soliCitation. QUESTIONS FOR RFP # PW20 15-11 • FOR LOCATION # I: a There is barely any asphalt at this location. Milling Y," will most likely make any contractor hit rock at every area of this location. Please evaluate the option of milling 1,4" instead of Y1 Jt • Answer: Mill Y," and rework base as needed. When the condition is located at a driveway entrance or curb ramp. contractor to mill I" in an 18" path for the extent of the driveway or curb ramp. Contractor to provide the unit price and quantity as a separate item for the rework of the base item. o There are numerous driveways and curb ramps within the limits of the work that are at this moment flush with the existing roadway. Milling Y," and resurfacing I" will generate a 'f," gap at all these locations, and mostly an issue with water ponding at every driveway, generating lots of complains from the property owners. Please provide us with instructions as to how to proceed with this matter and avoid further responsibilities related to this sensitive issue. Answer: The resurfacing will be I" . At a driveway or curb ramp. the I" resurfacing is to be transitioned from the crown to the edge of pavement (EOP) to meet and match the existing driveway or curb ramp elevation, Page 1 of2 • FOR LOCATION # 2: o There is barely any asphalt at this location. Milling 'I,' will most likely make any contractor hit rock at every area of this location. Please evaluate the option of milling 1,4" instead of Y2.". Answer: Mill Y," and rework base as needed. When the condition is located at a driveway entrance or curb ramp, contractor to mill I" in an 18" path for the extent of the driveway or curb ramp. Contractor to provide the unit price and quantity as a separate item for the rework of the base item. o All this site has curb & gutter at the edge of pavement. Is the City in agreement with leaving the asphalt 'h" higher than the gutter elevation everywhere. including driveways. Answer: Yes, the resurfacing will be I." At a driveway or curb ramp, the I" resurfacing is to be transitioned from the crown to the edge of pavement (EOP) to meet and match the existing driveway or curb ramp elevation. o At the north side of SW 64th Terrace. just west of SW 61" Court there is a curb & gutter raised by the roots of a huge tree. Please confirm in writing if the City is expecting this curb & gutter to be fixed (and any additional scope such as root pruning) or if this curb & gutter is not to be touched. Answer: Curb and gutter: Yes, the curb is to be repaired. Root Pruning: Yes, the root that is affecting the Curb &Gutter and the pavement is to be root pruned. This item shall be submitted as a separate line item in the Respondents submittal. The Awarded Contractor must consult with the City Arborist for evaluation and recommendation concerning root pruning. Upon the review of the City Arborist, corresponding action will be determined. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Pagelofl iv. Respondent has reviewed and checked all information and data shown or indicated in the Solidtation Package or in the Contract Documents with respect to existing Underground Facilities or conditions at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities and conditions that may affect the Work. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities or conditions are, or will be, required by Respondent in order to perform and fum ish the Work at the Contract Price. within the Contract Time and in accordance with the other terms and conditions of the Contract Documents unless the Proposal specifically states that the contract price is subject to adjustment for future discovery of underground facilities and/or conditions that affect the cost of the Work and unless the respondent makes a written request to the City for additional information prior to submitting the bid or proposal as required in subsection ji above, d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution tnereoffrom the City, that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, fir,m or corporation and is not submitted pursuant to any agreement or rules of any group, association, organization, or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to obtain for itself any advantage over any other Respondent or over the CITY. 4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if required, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form th,e basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the Scope of the Work after the Contract Date. As such. the R.espondent shall furnish all labor. materials, equipment, tools, superintendence and services necessary to provide a complete, in place, Project for the Proposal Price. If this Solicitation requires the completion of a Cost and Technical Proposal, as may be set forth in in an exhibit to this Solicitation, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: LOCATION #1: (Refer to Exhibit /) LUMP SUM BASE PRICE: 3~ &3/ • dollars and ·~· ___ cents Alternates: #1 ______ #2 _________ _ LOCATION #2: (Refer to Exhibit I) LUMP SUM BASE PRICE: dollars and _--"2.~O,,,,--__ ,cents Alternates: #1 ________ #2 ____________ __ TOTAL, LOCATION #1 & LOCATION #2 COMBINED: LUMP SUM BASE PRICE: ----L:a'-'~~;.-.:9'~~'--"'i:2'----dollars and __ ~L!.-'Q=___,cents Alternates: #1 ______ #2 _________ _ 4S 1955 NW 110 Avenue Miami, FL 33172 Ph: (305) 261-3005 Fax: (305) 592-6079 Licensed and Insured Gi1 of S'6vT\+ Kt'4-r'ti ~fP1f evJ. wA.r: 1.1 9(2.~KD()wrJ g L 0 C4--t-i 0 J 1 rn11lL : 1:3~ / ~3{ Zc • K(lLING/~D~ ·1~?=~~~o~!~a~lcryT~;'~ Q ~4'V(fl/b '7/~ S'-3 ~ !~~5~_yJ;:~j_/~~_~ __ '_1J>~6k_,-~ § P~~' NA1LILi N G !~::?_~_l __ L __ L __ Z0~<t •.... -7?f; _;{ , I~\ 0 f _______1 £..5 iii /0000, ~. ;1(9 (geo, ~ I .... --, . -... ,L ... -... _ j _ __ ._ L I, 2-" • 6C41n 0 I\J ; 'fD Lw,--: f' 3 cf '2 ~--<;. ~ . ./ i -ut-J; -r . Qt1-!tJtJlr-P(Q.ic£ l~xt: I~iu ~ 0\ LL'N G / ~W(){J.. KI S, /i67-~3;~----£cfi1~ ~ -----1--1-,----, ... -.. ____~-:-__ L_ ... _ ..... . • P 4v i tJG +1 tt S -3 J~~ ~j!~::~--<-&·-~-----11d[~~~ 'P~v'. "'(1-rLf':-I'f\J6 I LSi / @~1'7~r ~,' 1 7~f ~ -,------.. --.--... -.-.. --.. ----..... --'--'--.-.---.----J...._ ..... , , I . . • ~ <f _~ ~----LJ_ --13-~'!..<?. ,~ ___ ! 0 I _~(J q __ ~_~ • OvR-(S /G6TTefl-~('f. i t-.:? ___ ~i_~J(5()'?~_~-_-t3l O{)O, ~ j : ) I , i Gt1--tJ-NP To#L : f; 71)/ 190. -LLrA_ tfO - A fee breakdown including unit cost and quantities for each task included in the lump sum contract price, if applicable, must be provided; including but not limited to: Maintenance of Traffic, Milling Asphalt, Resurfadng (Type 5-3 Asphalt Concrete), Thennoplastic Paint, Rework of Umerock Base, etc. Failure to provide this information shall render the proposal non-res:ponsive. S. The ENTIRE WORK shall be completed, in full, within SO calendar days from the commencement date set forth in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as may be set forth in the Contract 6. Address: Telephone: Facsimile: Contact Person 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package. 8. If a cost & technical proposal is required by the Solicitation. Respondent hereby certifles that all of the facts and responses to the questions posed in the cost & technical proposal, if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Bid Form, and are made a part of this proposal, by reference. 9. By submitting this proposal, I, on behalf of the business that I represent. hereby agree to the terms of the form of contract contained in the Solicitation package and I agree to be bound by those terms, with any appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information contained in the Solicitation Doruments and this Proposal, or such information that the Crty and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing. indud ing ewmail confirmation. if any. I hereby certify under penalty of perjury that I am the lawful representative of the business entity referenced in this Bid Form and that I have authority to bid that entity. ..;~ ~ DAY OF SUBMITTED THIS Fax 'A!~ e-~ iiv'~, (~/1-1. Email Address END OF SECTION 46 EXHIBIT 4 CONSTRUCTION CONTRACT Roadway Resurfacing 60th Place and 64th Terrace RFP #PW20 15-1 I THIS CONTRACT was made and entered into on this day of , 20 __ , by and between (hereafter referred to as "Contractor'), and the City of South Miami (hereafter referred to as "Owner''), through its City Manager (hereafter rE'.ferred to as "City"). WITNESETH: That, the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: I. The Contractor shall furnish all labor, materials, eqUipment, machinery, tools, apparatus, transportation and any other items necessary to perform all of the work shown on and described in the Contract DOOJments and shall do everything reqUired by this Contract and the other Contract Documents hereinafter referred to as the Work, 2. The Contract Documents shall include this Contract, General Conditions to the Contract, if any, the drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter referred to as "Bid Documents'') and any documents to which those documents refer which are used by the Owner as well as any attachments or exhibits that are made a part of any of the documents described herein, 3. The Contractor shall commence the Work to be performed under this Contract on a date to be specified in a Notice to Proceed and shall complete all Work hereunder within the length of time set forth in the Contract Documents. 4. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subject to additions and deductions as provided in the Contract Doruments and any properly approved, written change orders, in lawful money of the United States, the amount of: (Spell Donor hnOlKll. h~1 Dollars ($ .00 -.J, Lump Sum ("Contract Price'l 5. The expenses of performing Work after regular working hours, and on Sunday and legal holidays shall be included in the Contract Price. The City may demand, at any point in time, that any part. or all, of the Work be periormed after regular working hours. In such event, the Respondent shall have no right to additional compensation for such work. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City. 6, If the Work is expected to require more than one month, the Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved schedule of values for the Work performed during each calendar month by the Contractor, less the retainage (all as provided for in the Contract Doruments), which is to be withheld by the Owner until completion and acceptance of the complete project in accordance with this Contract and the other Contract Documents and until such Work has been accepted by the City. 7. Upon submission by the Contractor of evidence satisfactory to the Owner that all labor, material, and other costs incurred by the Contractor in connection with the construction ofthe Work have been paid in full, and after compliance with the terms for payment provided for in the Contract Documents, final payment on account of this Contract shall be made within sixty (60) calendar days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner. 8. The Work shall be completed in SO calendar days, In the event that the Contractor shall fail to complete the Work within the time limit stipulated in the Contract Documents, or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid by the Contractor at the rate of $600.00 dollars per day. plus any monies paid by the Owner to the Consultant, if any, for additional engineering a.nd inspection services, ff any, associated with such delay. 47 9. It is further mutually agreed between the parties hereto that jf a Payment and/or Performance Bond ("Bond') is required and if, at any time after the execution of this Contract and the Bond for its faithful performance and payment, the City shall deem the Surety or Sureties upon such bond(s) to be unsatisfactory, or if, for any reason such bond ceases to be adequate to cover the perfonnance of the Work or payment to subcontractors and suppliers, the Contractor shall, at its expense within five (5) business days after the receipt of notice from the City so to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security for the faithful performance of the Work is furnished in the manner and in the form satisfactory to the City. 10. No add itional Work or extras shall be done unless the same is duly authorized in writing, and in advance of the work, by appropriate action by the City and in accordance with the Contract Documents. I I. The date that this contract was "made and entered into" and its effective date is the date that the contract. is the signed by the City or, if the contract is required to be approved by resolution of the City Commission, then the Effective Date is the date of the resolution approving the Contract whichever is the later date. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date set forth next to their name below and may be signed in one or more counterparts, each of whi,h ~ without proof or accounting for the other counterpart, be deemed an original Contract. ~ ~j • CONTRACTOR: ;4t11JJ ...we. ./' / Print Signatory's Name: _/-~'-"CL--'\L':c:._~~ ____ _ Title of Signatory: ___ -I--L!.L~=~.!.._ ___ _ ATTESTED: . Signature: ___________ _ Maria Menendez City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof: Signature: _,---, ________ _ City Attorney Signature: ____________ _ Steven Alexander City Manager END OF SECTION 48 Date: RFP Title: ITQ No.: 11 Sout~iami THE CITY OF PLEASANT LIVING Pre-Bid Conference Sign-In Sheet June 22, 2015 Roadway Resurfacing 60th Place & 64 Terrace PW2015-11 C:IUserslskulick.CSMIIDocumentsISouth MiamilTemplateslPre-Bid Meeting Sign-In Sheet.doc BID OPENING REPORT Bids were opened on: Tuesday, June 30, 2015 after: 10:00am For: RFI' # I'W 2015·11-Roadway Surfacing 60 th 1'1 & 64 th Ter COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT: ~~~------~-~----~~~~~~~-=k;:::;-:-,- L II&RPAVINGINC, 7~1 9"tfi,-l(-O 2, METRO EXPRESS INC, ?A,IOS;~ 3, M & M ASPHALT MAINTENANCE, INC, 7~r f-3f,~ THE ABOVE BIDS HA VE NOT BEEN CHECKED, TilE JIIDS ARE SlJBJECT TO CORRECTION AFTER THE lIlDS HAVE BEEN COMl'LETELY REVIEWED. City Clerk:~q<d-l Witness: 12,'cpuL Print Name Signature ~/// Signature RFP PW201S-11 Roadway Resurfacing 60th Place & 64 Terrace NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER . Bid Package Sched. Public: Entity Fed. Signed (10rg; 3 Bid Bidder Non Coli. Ustof Crimes and Drug free OSHA Related Presentation (11 proof Contract (1) Perf Bidder Bid Price Of References State Sun Biz Copies; 1 Form Qualif. Affidavit Subs' Conflicts of Workplace Std, Party Declaration of Ins with Bond Digital) Values Interest Ustings Original H&R $70,890 x x x x x x x x x x x x x x x x Paving M&M $76,834 x x X X X X X X X X X X X X X X Asphalt Metro $82,105 x x x x x x x x x x x x x X NIA X x Express (1) Condition of Award Member Name City of South Miami Bid Number RFP-RFP #PW201S-11-0-2015!SK Roadway Resurfacing 60th Place and 64th Bid Name Terrace 4 Document{s) found for this bid 514 Suppliers Notified; 11 Downloads Supplier Name Address 1 3M Traffic Controls Construction Journal, ltd. 400 SW 7th Street f.R. ALEMAN & ASSOCIATES INC 10305 NW 41ST STREET JMS Construction Services, Inc. 4420 Peters Road Johnson Mirmiran & Thompson 72 loveton Circle link Systems llC 5870 Hummingbird Court M&M Asphalt 1302 South J Street Ogden's Traffic Markings Inc 6143 # 3 riverwalk In Onvia, Inc. -Content Department 509 Olive Way, Suite 400 Ranger Construction 1200 Elboc Way Weekley Asphalt Paving, Inc. 20701 STIRLING ROAD City State Zip Phone Attributes AB Stuart FL 34994 8007855165 1. Hispanic Owned 2. Small Business 3. Woman Owned MIAMI fL 33178 3055918777 Plantation fL 33317 9547977710 1. Small BUsiness Baltimore MD 21152-0949 4103162268 Titusville fL 32780 4074010031 1. Small BUsiness Lake Worth fL 33460 5615880949 jupiter fL 33458 5617468601 1. Small Business Seattle WA 98101 2063739500 Winter Garden fL 34787 4076569255 PEMBROKE PINES fL 33332 9546808005 Detail by Entity Name InA·t!:llii by Entity Name & R PAVING. INC. IOc,culmelnt Number Event l"'vAnt Date Flied IEvent Effective Date rh"nr ... rt· 09/10/1997 IChanc,ed: 09/10/1997 IGCINZALE,Z LUCRECIA o AVENUE IMI,<\M. FL 33172 Changed: 01/30/2008 IlIrtrtr .. oc Changed: 05/01/1998 IName & Address IGCINZALE:Z RAUL JR. 955 N. W. 110AVE IML<\M, FL 33172 513070 591690152 08/19/1976 FL ACTIVE AMENDMENT 09/15/1997 NONE Page 1 of4 http://search.sunbiz.ol'g/Inquiry/CorporationSearch/SearchResultDetail?inqui... 7/1/2015 Detail by Entity Name r-itle 8T PONZALEZ, LUCRECIA 1955 N. W. 110 AVE MIAMI, FL 33172 IAnnual Reports Report Year Flied Date 2013 02/01/2013 2014 02/27/2014 2015 03/20/2015 Document Im(Lqes 03/20/2015·· ANNUAL REPORT C-View image In PDF format 1 02/27/2014·· ANNUAL REPORT r---~---1 View Image in PDF format 02/01/2013 c. ANNUAL BEPORT 03/22/2012 .. ANNUAL REPORT I CView image InP'DF format J View image in PDF format I View image in PDF format] I View image in PDF format 02/24/2012·· ANNUAL REPORT I 01/04/2011 .. ANNUAL REPORT 01/20/2010·· ANNUAL REPORT 03/30/2009 .. ANNUAL REPORT 01/~Q/2Q08 .. ANNUAL REPORT 02/05/2007 .. ANNUAL REPORT 02/24/2006·· ANNUAL REPORT 02/21/2005·· ANNUAL REPORT 02/04/2004 .. ANNUAL REPORT 01/17/2003·· ANNUAL REPORT 02/27/2002 .. ANNUAL REPORT 02/06/2001 .. ANNUAL REPORT 03/30/2000·· ANNUAL REPORT 04/20/1999·· AN~UAL REPORT 05/01/1998·· ANNUAL REPORT 09/15/1997·· AMENDMENT 09115/1997·· ANNUAL REPORT 09/10/1997·· ANNUAL REPORT 05/09/1997·· ANNUAL REPORT 04/26/1996 .. ANNUAL REPORT 01/13/1995·· ANNUAL REPORT [ View Image in PDF format] [ . View image in PDF 'format 'J ["View'image in PDF format I View image in PDF format I View image In PDF format I View image in PDF format Oiew image in PDF format View image in PDF format' '] View image in PDF format J View image in PDF format"] View image in PDF format [ View image in PDF format J [ View image in PDF format J [ View image in PDF format "J [ View image in PDF format '''j [' View image in PDF format I Diew image in PDF formai J [ View image in PDF format I Page 2 of4 http://search.sunbiz.orgiInquiry ICorporationSearchiSearchResultDetaii ?inqui... 7/1/2015 2015 ELORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 513070 Entity Name: H & R PAVING, INC. Current Principal Place of Business: 1955 N. W.110AVE MIAMI. FL 33172 Current Mailing Address: 1955 N. W.110AVE MIAMI, FL 33172 US EEl Number: 59-1690152 Name and Address of Current Registered Agent: GONZALEZ, LUCRECIA 1955 NW 110 AVENUE MIAMI, FL 33172 US FILED Mar 20, 2015 Secretary of State CC2137259162 Certificate of Status Desired: Yes The above named entity submits this statement for the purpose of changing its registered OfflCa or fog/stered agent, or both, in the Stele of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail: Title P Name Address GONZALEZ. RAUL JR. 1955 N. W. 110 AVE City-Stata-Zip: MIAMI FL 33172 Title Name Address ST GONZALEZ. LUCRECIA 1955 N. W.110AVE City-Slate-Zip: MIAMI FL 33172 Date I hereby cerlify that the information mUtes/art on this report or supplemental fF1port is/rue and accurate and thai my /Jlee/ronir; signaluro shall have Ihe same legal IIffed 8S if made under oalh, thsl f 8m an officer Of dfl9ctor of Ihe OOtpClralion or Ihs roceiver or 1I1IsIs9 empowered to exocul9 this repo/f BS required by Chapter 607. Florida Starutes; and thst my name app98f8 aboV6, rx on an attachment with BII other /ill", empoWfJflld. SIGNATURE: LUCRECIA GONZALEZ VPRES 03/20/2015 Electronic Signature of Signing Officer/Director Detail Date MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday. Sunday and legal Holidays Miami, Miami-Cade County. Florida STATE OF FLORIDA COUNTY OF MIAMI·DADE: Before the undersigned authority personally appeared M. ZALDIVAR, who on oath says that he or she is the LEGAL CLERK. Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday. Sunday and Legal Holidays) newspaper, published at Miami In Miami·Dade County. Florida; that the aUached copy of advertisement, being a legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI RFP #PW2015·11 in lhe XXXX Court, was published in said newspaper in the issues of 0611212015 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami-Dade County. Florida and that the said newspaper has heretofore been continuously published in said Miami·Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office In Miami in said Miaml·Oade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, lirm or corporation any discount. rebate, or refund for the purpose of securing this i In the said newspaper. 12 (SEAL) M, ZALDIVAR personally known 10